assam power distribution company ltd - apdcl · cgm(pp&d), apdcl’s samaguri bid document,...
TRANSCRIPT
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 1
ASSAM POWER DISTRIBUTION COMPANY LTD.
BID DOCUMENT FOR
Construction of 33/11kV Samaguri sub-station in a new location with
capacity augmentation from 1x5MVA+1X2.5MVA to 2x5MVA (excluding
supply of power transformer)
within the jurisdiction of
Samaguri Electrical Sub-division
under
Nagaon Electrical Circle, APDCL
ON
“TURNKEY” MODE
SCHEME: “ANNUAL PLAN 2014-15” NIT NO.CGM (PP&D)/ APDCL/ANNUAL PLAN 2014-15/SAMAGURI SS/04.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 2
INDEX
Section – 1 Notice Inviting Tender
Section – 2 Tender Inviting Proposal
Section – 3 BOQ of Packages & Tender Proforma-Part-II (Price Bid)
Section – 4 General Requirements
Section – 5 Forms of Bid
Section – 6 Technical Specifications
Section – 7 Guaranteed Technical Particular
Section – 8 Single Line & Drawing for Samaguri SS
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 3
SECTION -1 NOTICE INVITING TENDER
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 4
ASSAM POWER DISTRIBUTION CO. LTD PROJECT PLANNING & DESIGN
Office: Bijulee Bhawan, 6th floor, Paltan Bazar, Guwahati-781001; Phone 0361-2739514, Fax 0361-2739535 Web site: www.apdcl.gov.in E Mail: [email protected]
CIN No.: U40109AS2003SGC007242
_____________________________________________________________________________________________________________
NIT NO.CGM (PP&D)/ APDCL/ANNUAL PLAN 2014-15/SAMAGURI SS/04
The Chief General Manager (PP&D), Assam Power Distribution Co. Ltd. Bijulee Bhawan,
Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kV
issued by the competent authority for Construction of 33/11kV Samaguri sub-station in a new
location with capacity augmentation from 1x5MVA+1X2.5MVA to 2x5MVA, (excluding supply of
power transformer and few items) within the jurisdiction of Samaguri Electrical Sub-division under
Nagaon Electrical Circle, APDCL on turnkey mode as given below.
Tender participation fee The tender paper, Bid documents can be obtained from the office of the
undersigned on payment of ₹ 6,000.00 (Rupees Six thousand) only in the form of a Demand Draft /
Banker’s cheque pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD.GUWAHATI-1” on any
working day from 05.02.2016 upto 1200 hrs of 19.02.2016. Alternatively, the Bid document can be
downloaded from the APDCL’s website: www.apdcl.gov.in for tender submission purpose. The
Bidders using downloaded document will attach a Demand Draft / Banker’s cheque (non refundable)
of ₹ 6,000.00 ( Rupees six thousand ) duly pledged in favour of “ASSAM POWER DISTRIBUTION
COMPANY LIMITED” with their Bids as tender participation fee. Bidders will ensure that documents in
full is downloaded and used.
Details may be seen in the website www.apdcl.gov.in
Chief General Manager (PP&D),
APDCL, 6th
floor, Bijulee Bhawan. Guwahati-1
Memo No. CGM (PP&D)/ APDCL/Annual Plan 2014-15/Samaguri SS / (a) Dated. Copy to: -
1. PS to MD, APDCL for kind appraisal of MD.
2. The CGM (D), CAR, APDCL, Bijulee Bhawan, Guwahati-1 for favour of kind information.
3. The GM, Nagaon Zone, APDCL , Nagaon for information.
4. The CEO, Nagaon Electrical Circle, APDCL, for information & necessary action.
5. The PRO, APDCL, Bijulee Bhawan, Paltan Bazar, Guwahati for publication of the above
tender in one issue of “The Assam Tribune” and one Assamese daily news paper .
6. The OSD to Chairman, APDCL, Bijulee Bhawan, Paltan bazaar, Guwahati for publication in
the official website.
Chief General Manager (PP&D),APDCL,
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 5
ASSAM POWER DISTRIBUTION CO. LTD. PROJECT PLANNING & DESIGN
NOTICE INVITING TENDER
NIT NO.CGM (PP&D)/ APDCL/ANNUAL PLAN 2014-15/SAMAGURI SS/04
The Chief General Manager (PP&D), Assam Power Distribution Co. Ltd. Bijulee Bhawan, Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kv issued by the competent authority under Annual Plan 2014-15 as per details below: -
Work description
Average annual
turnover
(₹ in lakh)
EMD amount
(₹. In
lakh)
Period of completion
In days
Construction of 33/11kV Samaguri sub-station in a new location with capacity augmentation from 1x5MVA+1x2.5MVA to 2x5MVA, (excluding supply of power transformer) within the jurisdiction of Samaguri Electrical Sub-division under Nagaon Electrical Circle, APDCL on turnkey mode
300.0 3.75
300
(three hundred)
days from the
date of issue of
work order
1. Source of fund: Annual Plan 2014-15
2. Tender participation fee: ₹ 6,000/-(Rupees Six thousand) only in the form of a Demand
Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED, Guwahati-1”. Tender paper can be purchased on all working days w.e.f. 05.02.2016 upto 1200 hrs of 19.02.2016 from the office of the Chief General Manager (PP&D), APDCL, Bijulee Bhawan, 6th Floor Guwahati-1. Alternatively, the Bid document can be downloaded from the APDCL’s website: www.apdcl.gov.in for tender submission purpose. The bidder using downloaded document will attach a demand
draft/Banker’s cheque (non- refundable) of ₹ 6,000/-(Rupees Six thousand) only with their Bid
separately duly pledged in favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED.Guwahati-1” as Tender participation fee. The bidder who opts for downloading has to intimate the authority about the downloading by e-mail at [email protected]. Any bid without payment of cost of tender for package as above will be rejected outright; the date of purchase of the said Demand Draft/Banker cheque should be within the date of issue of tender paper.
3. Earnest money: As shown in the table above. However, in case of SC/ST/OBC bidders, the
amount will be 50% of the shown value subject to the condition of submission of cast certificate.
4. Eligibility Criteria:
a) Average Annual turnover of the bidder for the last three financial years for the work should be as
mentioned below and duly certified by registered Chartered Accountant with Registration No.
b) Past and present performance of the bidder in ASEB or in any of its successor companies will be
taken into account to decide the eligibility as per clause mentioned in the detail bid document.
c) Financial resources: The bidder shall have to specify proposed source of financing, such as liquid assets, unencumbered real assets, line of credit and other financial means, net current commitments, available to meet the total construction cash flow demand of the subject contract (evaluation & qualification criteria).
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 6
d) Other Eligibility Criteria may be seen at detail bid document.
5. Bid validity: 180 days from the date of submission of Bid. 6. Pre-bid Discussion: 14-00Hrs of 10.02.2016 7. Sale of Bid: From 05.02.2016 to 1200Hrs. of 19.02.2016_
8. Date of submission of Tenders: Up to 13-00 Hrs.19.02.2016 9. Date of opening of Bid:
a) Techno commercial bids will be opened at 13-00 hrs 19.02.2016
b) The price bid opening date to be notified later on.
Note: 1. The work should be carried out as per latest APDCL/REC specification and construction. 2. Bids must be submitted in two parts as Techno Commercial bid (Part-I) and Price bid (Part-II)
in two separate envelopes super scribing (a) Tender No. (b) Name of the bidder with full address.
3. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of NSC/Term Deposit/FD/Bank guarantee from any nationalised or scheduled Bank of India to be issued from banks whose Branches/Regional office is situated within the state of Assam and pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Any tender without earnest money will be rejected outright.
4. Part-I of the Bid shall consist of information of all Technical Bidding Schedules (GTP), Copy of the Licences, WCT registration, certificate of turnover, companies profile, experience certificate etc. Part-II shall consist of Price Bidding Schedules with all quantities and prices filled up as per annexure provided in the detail bid document.
5. The tender should be addressed and submitted in the office of the Chief General Manager (PP&D), APDCL , Bijulee Bhawan, 6th floor, Paltan bazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending bidders.
6. Only those bidders who are found acceptable in Part-I Bid i.e. Techno Commercial bid shall be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price) shall be communicated to those bidders whose bids are qualified for opening.
7. The Company reserves the right to accept or reject any tender in part or in full or spilt the work of any package without showing any reason thereof.
8. The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances.
Chief General Manager (PP&D), APDCL, 6th floor, Bijulee Bhawan, Paltanbazar, Guwahati-781001 Memo No. CGM (PP&D)/ APDCL/Annual Plan 2014-15/Samaguri SS / (a) Dated:. Copy to:-
1. PS to MD, APDCL for kind appraisal of MD.
2. The CGM (D), LAR, APDCL, Bijulee Bhawan, Guwahati-1 for favour of kind information.
3. The GM, Guwahati Zone, APDCL , Sixmile,Ghy- for information.
4. The CEO, Nagaon Electrical Circle, APDCL, for information & necessary action.
5. The PRO, APDCL, Bijulee Bhawan, Paltan Bazar, Guwahati for publication of the above
tender in one issue of “The Assam Tribune” and one Assamese daily news paper .
6. The OSD to Chairman, APDCL, Bijulee Bhawan, Paltan bazaar, Guwahati for publication
in the official website.
Chief General Manager (PP&D), APDCL
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 7
SECTION 2
TENDER INVITING PROPOSAL
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 8
ASSAM POWER DISTRIBUTION CO. LTD.
PROJECT PLANNING & DESIGN
TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR
Name of work: Construction of 33/11kV Samaguri sub-station in a new location with capacity augmentation from 1x5MVA+1x2.5MVA to 2x5MVA, (excluding supply of power transformer ) within the jurisdiction of Samaguri Electrical Sub-division under Nagaon Electrical Circle, APDCL on turnkey mode
1. Intent of the Tender Enquiry
The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly
experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the
works as mentioned above on turnkey mode.
2. Scope of Work
The various activities under the scope of work shall among other related aspects cover the
following.
i. Procurement and supply of all materials required for the work.
ii. Arrange inspection / testing of any/all items ordered at manufacturer’s works for officer
deputed by APDCL for such inspection/testing.
iii. Site unloading, storage and handling of all materials supplied including watch and ward for
safe custody.
iv. Site fabrication work as per requirement.
v. Submission of implementation schedule from the date of award of contract.
vi. Erection, testing and commissioning of all materials/equipment supplied/system installed.
vii. Project management and site organization.
viii. Obtaining clearance from statutory Agencies, Government Departments, Village
Panchayats etc. wherever necessary
ix. Submission of technical specification/Test Certificate/Drawings etc. of all materials
supplied.
x. A list of various items normally involved in proposed type of work is provided in this
document. This, however, is not to be considered as limiting but only typical. Bidders’
scope will include all other items and materials as may be required to effectively complete
the work.
Above all, the scope of work of the bidder/contractor will include all items and facilities as
may be necessary to complete the electrification work on turnkey basis and as binding
requirement.
3. Basic specification of the various equipment/ works to be supplied /carried out.
i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved
by ASEB/Company and that of REC specification and construction standards.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 9
ii. All materials supplied shall be erected, protected as per approved standard practice for
proposed type of electrical work so as to supply electricity to the consumers most
effectively and in an intrinsically safe manner.
iii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
All equipment supplied and installed shall be provided stable and adequate weather
protection, system earthing etc. LA should be earthed separately.
iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be
adequately sealed against any tampering/ theft etc.
v. Generally supply and erection of materials and system shall meet the requirement of
construction standard being followed in the electrification work.
4. Basic qualifying requirement:
To be qualified for the package the bidder must compulsorily meet the following minimum
criteria.
A. Technical.
The prospective bidder must fulfill the following qualifying requirements
a. The bidder must have valid electrical Contractor’s and Supervisor’s License (HT minimum up
to 33 KV) issued by any Licensing Authority of Govt. of Assam. In case, the bidder does not
have the licenses from the Licensing Authority of Govt. of Assam but has valid licenses from
other Licensing Authority under the Electricity Act 2003, the bidder will have to obtain the
same from the Licensing Authority of Govt. of Assam in case of award of contract.
b. The bidder must have the experience of constructing minimum of 1(one) no. of 33 /11 kV new
S/S and 1(one) no. of 33 /11 kV R&M of substation during last 3(three) years as on the
date of bid opening and in satisfactory operation for at least 1(one) year.
c. The bidder shall furnish details of the work / works along with its value already in hand either
of APDCL, or in any other successor companies of ASEB along with date of completion as
per Letter of Award and likely date of completion duly certified by the competent authority as
per format enclosed as Annexure-IA. This shall be treated as one of the major
qualifying criteria for technical evaluation of the bid. Any award of work if it is not
completed by 100% will be treated as work in hand. Submission of false data will be
penalized as per rule, if found.
B. Financial
a. Average annual turnover of the bidder for the last three consecutive financial years should be
as per NIT and the annual turnover must be certified by a registered Chartered Accountant.
This should be supported by the copy of the income tax return submitted by the firm for the
last three previous years. In case of joint venture firms, the figures of average annual
turnovers for each Joint Venture partners shall be added together to determine the bidder’s
compliance with the minimum average turnover requirement for the package. However, the
lead partner must meet at least 40% and each of the other partners must meet at least 25%
of the minimum average annual turnovers criteria required for each package as per NIT.
b. If the total work in hand against the works of APDCL or its successor companies and other
agencies exceed more than 3(three) times the average annual turnover of the bidder, the bid
shall be treated as non-responsive.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 10
c. The bidder shall furnish latest VAT registration, WCT, CST Registration certificate, Service
tax registration, Employee Provident fund and valid Labour License (wherever applicable).
d. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if
the bidder is a firm. If it is a joint venture copy of Pan Card of both the partner/firms must be
submitted.
e. Joint venture agreement should be a registered one or certified by Notary.
f. Power of attorney should be a registered/ notarized one.
g. Formal authority, Registered/Notarized for signing the tender or other documents on behalf of
the firm / individual must be submitted along with the bid. In case of registered company
Board’s resolution of the company for authorized signatory should be furnished.
h. Notwithstanding anything stated herein above, APDCL reserves the right to assess the
capacity and capability of the bidder to execute the work, should the circumstance warrant
such assessment in the overall interest of APDCL.
5. Agreement:
The successful bidders shall have to enter in to an agreement with APDCL within 7(seven)
days from the date of issue of detailed work order.
6. Security deposit:
The successful bidder shall have to submit security deposit in the shape of Bank Guarantee of
nationalized bank or scheduled bank of RBI having their regional office in Assam or at least a
branch office at Guwahati ( in case of those , whose regional office is not located in the state
of Assam) with a certificate from the Bank to the effect that the verification or any confirmation
in regard to the BG issued by the bank can be taken up with the Branch office at Guwahati
pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1” as
per proforma for an amount equivalent to 10% (ten percent) of the contract value of the order.
The BG should be furnished to the CGM(PP&D), APDCL along with the acceptance of Letter of
Intent (LOI). The validity of the BG should be for a period of 18 (eighteen) months beyond the
date of completion of work as per work order. Further another BG equivalent to 10% of the
value of the installed equipments required to be guaranteed for 60(sixty) months should be
submitted on or before expiry of the earlier BG submitted with LOI to cover the entire warranty
period and should be valid for 1(one) month beyond warranty period of 60(sixty) months. The
earlier BG will be released on receipt of 2nd
BG. If supplier fails or neglect to perform any of his
obligations under the contract, the APDCL shall have the right to forfeit in full or in part at its
absolute discretion the security deposit furnished by the supplier. No interest shall be payable
on such deposits. Detail order will be issued on receipt of acceptance of LOI and security
deposit.
7. Joint Venture Requirement
i.
In case of successful Bidder, one form of agreement (at annexure-) shall be signed by the
both partner so as to be legally binding on both.
ii.
One of the partners shall be authorized as the lead partner and authorization shall be
evidenced by submitting a Power of Attorney signed by legally authorized signatories of the
both the partners. The lead partner must have valid electrical Contractor’s License of
required level issued by the Licensing Authority.
iii. The lead partner shall be authorized to incur liabilities, receive payments, and receive
instructions for and on behalf of any or all partners of the joint venture for entire execution
of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of
the contract in accordance with the contract terms and conditions. A relevant statement to
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 11
this effect shall be included in the authorization mentioned above as well as in the bid form
and the form of agreement (in case of successful bidder).
v. A copy of the joint venture agreement shall be submitted with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added
together to determine the bidder’s compliance with the minimum average turnover
requirement for the package. However, the lead partner must meet at least 40% and other
partner must meet the at least 25% of the minimum average annual turnover criteria given
in the Tender.
8. Other requirements:
The Bidder
i) Should be acquainted himself with relevant conditions of the local geography and socio
economic setup of the different location of the State and being capable accordingly to
mobilize, organize and expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers,
electrical supervisor, skilled and unskilled labour to be deputed to the proposed
assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS,
REC guidelines
9. Submission of bid
The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:
a. Techno-commercial bid
Techno-commercial bid should be submitted in a sealed envelope, Superscripting “Techno-
commercial bid with EMD” with name of bidder, full address, NIT reference & package no.
Under this, will be included and defined bidders scope of work, responsibilities, guarantees,
specification of equipment, commercial terms and conditions, bidder’s company credentials,
experience of similar assignments, registration details, etc. as per requirement. Tender
proforma for techno-commercial Bid is enclosed as Annexure-I.
b. Earnest Money Deposit (EMD):
The Tender must be accompanied with earnest money as mentioned in the NIT and it is to be
deposited in the form of Bank Call Deposit/NSC/Term Deposit/ BG of nationalized bank or
scheduled bank of RBI having their regional office in Assam or at least a branch office at
Guwahati ( in case of those , whose regional office is not located in the state of Assam) with a
certificate from the Bank to the effect that the verification or any confirmation in regard to the
BG issued by the bank can be taken up with the Branch office at Guwahati pledged in favour
of “ASSAM POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1”. The EMD should
be valid for 6 (six) months from the date of submission of tender along with Techno-
Commercial bid. The earnest money of the unsuccessful bidders will be released on
finalization of the tenders. The EMD to the successful bidders will be released on submission
of 10% Security Deposit to the undersigned as per clause of the bid document. The EMD of
the successful bidder will be forfeited on non-acceptance of Letter of Intent (LOI) within the
stipulated period mentioned in LOI.
c. Submission of documents with technical bids.
i) Detail list of makes and materials offered with catalogues, technical specification ,type
tests certificate, performance certificate from utilities, authorization letter from
manufacturer, customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 12
iii) Details past experience along with present works in hand with awarded amount and
progress report.
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) Any other information, the bidder may feel facilitative in evaluating the bid.
vii) Copies of bidder and supervisor’s license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Certificate in support of performance of the bidder
xi) If the bidder is involved in any litigation with APDCL/ or any successor company of ASEB.
The bidder should furnish the information to that effect.
xii) The bidder should submit the list of materials that are to be brought from outside the state
xiii) GTP’S of major items as described in BOQ. such as poles, conductors , insulators, surge
arrestor, Vacuum Circuit breakers, Current transformer , potential transformers,
isolators, distribution transformer , DTR cubicles, D.O, stay set, earth pipe etc as per bid
requirements should invariably be submitted along Price bid should be with the tender
otherwise tender is liable to be rejected
d. Price Bid
To be submitted in a separate sealed envelope superscripting “Price Bid” with name of bidder,
NIT reference No. , package no. This will include rates of supply and erection of different
items to be used in the project as per BOQ. The tender proforma for price Bid is enclosed as
Annexure-III, V, VII, and IX.
e. Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscripting name of
bidder, NIT reference and addressed to CGM (PP&D), APDCL, Bijulee Bhawan, Paltan
bazar, Guwahati.
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and total price shall be
corrected. If there is a discrepancy between the words and figures, the amount in actual after
correction should prevail. If the bidder does not accept the correction of the errors as above,
his bid will be rejected and the amount of bid guarantee/security will be forfeited.
b. If the price of any item is kept blank the highest rate quoted among the techno-commercial
qualified bidders will be loaded for the item kept blank for evaluation purpose. However if the
bidder happens to be L-1 then the rate against the item which the bidder has kept
blank will be awarded as zero i.e. he will have to execute the work without any financial
involvement. If the bidder does not accept the above condition his bid will be rejected and
the amount of bid guarantee/security will be forfeited
c. No separate declaration offering discount on price will be allowed. Offered price
(after correction if any) in the price schedule will be final.
10. (A) Estimation of material requirement: The total quantity of materials required is
indicated in the BOQ.
(B) Quantity Variation: There may be increase or decrease in quantity of individual item
subject to the condition that the corresponding change in total contract value does not
increase or decrease by more than 15% keeping the unit rate of individual material and
labour unchanged. The variation which may occur must have the approval of CGM
(PP&D).
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 13
11. Award of work:
i) The evaluation of bids will be carried out in two part, technical bid and price bid. The
price bid will be opened and evaluated only of those bidders who qualified in technical
bid only.
ii) Company is not bound to accept the lowest quoted rate if the bidder is not responsive
as per requirement of APDCL’s T&C.
iii) Work should be started within fifteen (15) days from the date of issue of the work order,
failing which order will be cancelled without further correspondence.
iv) The successful bidder must complete survey works within 2(two) months from date of
issue of work order & submit quantity variation within that period.
v) All materials installed shall be under custody of the contractor till the date of
commissioning and charging. The properties will be taken over by APDCL only after
satisfactory commissioning and charging.
12. All quoted rates should be inclusive of ED, CST, Edu. Cess, entry tax etc. whichever is
applicable including freight and insurance up to the work site but excluding the WCT
& service tax , is to be shown separately. Rates must be quoted as per price bid at
annexure –III, V, VII, IX . No E-1 transaction is allowed.
13. Period of completion: 300 (three hundred) days from the date of issue of work order.
NB: The project being a time bound GOA funded priority scheme the intending
bidders who feel competent enough to complete within the stipulated period should
only participate.
14. Implementation schedule:
Comprehensive implementation schedule of work for the mentioned works
Sl
No. Description
EXECUTION PERIOD
7 d
ays
30
days
90
days
90
days
63
days
20
days
1 Signing of Agreement
2
Survey works &
submission of
drawings/GTP
3 Manufacture & supply of
materials
4 Erection of equipments
5 Testing & commissioning
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 14
15. Termination of work order:
Company reserves the right to terminate the work order at any stage in accordance with
the Company’s General Condition of Supply and Erection in force.
16. Terms of Payment:
a. During the currency of the contract, maximum 3(three) nos. of progressive bill will be
entertained. The progressive bill will be for the actual work done including supply &
erection of the materials for which 90% of the billed amount will be paid retaining the
balance 10% by APDCL. Final bill will be paid along with the retained amount after
satisfactory completion & commissioning of the project subject to validity of performance
guarantee submitted as per clause.
b. All payment shall be made from the office of the CGM (PP&D), APDCL. The bills after
due verification by the concerned SDE, passed by the concerned Asstt. General Manager
and countersigned by the concerned DGM will be placed to the CGM (PP&D) for
payment. Progress report against the work must be enclosed with each bill (format
for progress report to be submitted will be supplied along with the work order).
Bank Guarantees (BG) submitted along with the bid or to be submitted should be
from any branch of nationalized or scheduled Bank of RBI located in Assam.
c. The right of the contractor/supplier to have payment or reimbursement of any cost for
execution of works/supply of materials as the case may be, against this order will be
forfeited or deemed to have been relinquished if the claim for it is not referred to the
appropriate authority within 6(Six) months from the date of completion or deemed
completion as per clause of Company’s GCSE.
17. Project Management and site Organizations:
In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s)
shall exercise systematic closely controlled project management system with the aid of
commonly used soft tools. Following are the major activities/deliverables to be organized
/generated for submission to the Board.
(I) Liaison/Construction offices will be established in each Circle of APDCL,
(II) Work Progress Report:
Progress monitoring by the contractor as per implementation schedule and approved
milestones.
Fortnightly progress report will be submitted to the concern Deputy General Manager,
Senior Manager & Sub-Divisional Engineers.
The progress report will highlight the points like, work completion vis-à-vis planned,
plan for next working period, delay analysis vis-à-vis committed schedule with
reasons and remedies, etc.
(III) Site Organization.
The bidder at each working site shall establish the following.
Store house
Site fabrication facilities
Construction supervision office.
All offices shall be adequately furnished and staffed so as to take all site decisions
independently without frequent references to head Work’s/offices.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 15
18. Guarantees and Penalties
a) Liquidated Damages (LD) The proposed work is on top priority of Government of
Assam and therefore has to be completed within stipulated/agreed schedule. Any
delay beyond that will attract penalty as per Company’s General condition of supply
and erection.
b) Equipment and system installed (other than APDCL’s supply) shall be guaranteed
individually for integrated operations for a period of 18 (Eighteen) months from date of
commissioning of a system in general. However, equipments like Vacuum Circuit
Breaker, Control & Relay Panel (both 33kV & 11 kV), 11/0.4 kV Distribution
transformer, Tri-vector meter shall be guaranteed for satisfactory performance
for a period of five years i.e.(60 months) from date of commissioning. In case of
detection of any defect in individual equipment or system as a whole, the same shall
be replaced by the bidder free of cost within 15 days of intimation by the Company’s
representative.
c) Warranty from the manufacturer shall be produced along with manufacturer’s test
certificate for all equipment/ materials covered under Manufacturer’s warranty.
19. Approvals/Clearances:
a) APDCL, concerned DGM shall approve all site and documents prepared by the
contractor for construction of the Line.
b) GTP and drawings of all equipment/ materials shall be approved by CGM (PP&D), APDCL.
c) The contractor shall obtain all statutory approvals and clearances from the statutory
authorities before charging the system at his/her own cost.
20. Testing & Inspection:
All the equipments / materials to be supplied and erected shall be tested /inspected at
manufacturer’s works by authorized officer/ Engineers of APDCL before dispatching them
to worksite. The contractor shall intimate the CGM (PP&D) sufficiently in advance (at least
15 days) regarding the date of inspection of materials/ equipments at manufacturer’s works.
The materials to be dispatch to site only after receipt of dispatch clearance to be issued by
the CGM (PP&D) after satisfactory testing of the same.
21. Environmental Considerations:
While carrying out the assignment, no damage to environment /forests will be caused by
the contractor. If so done, the contractor will have to compensate the same to the
satisfaction of the licensed Authority.
22. Submission of documents.
a) With bids.
i) Detail list of makes and materials offered with catalogues, technical specification, type
test, performance certificate, customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization.
iii) Details past experience along with present works in hand with awarded amount and
progress report.
iv) Brief writ-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) Any other information, the bidder may feel facilitative in evaluating the bid.
vii) Copies of contractor and supervisor’s license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Earnest money deposit along with Techno- Commercial bid
xi) Certificate in support of performance of the bidder.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 16
b) During project execution
i) All documents for approval shall be submitted in 3 (three) copies.
ii) All final documents to be submitted to statutory organizations will be furnished as per
requirement of the authority.
23. Funding of the project. The proposed work is funded by the G.O.A. under “Annual
Plan 2014-15”.
24. Ceiling on acceptance of bid value
As a deterrent for cartel formation APDCL at its discretion has the right to scrap the tender if
values quoted by all the bidders are above 25% of the estimated cost. Also the price bids
whose total quoted value is below 15% of the estimated cost, the bid is liable to rejected by
APDCL
25. Termination of contract on Contractor’s default
If the Contractor, after receipt of award, neglects to execute the Works with due diligence and expertise or refuses or neglects to comply with any reasonable order given to him in the Contract by the Engineer in connection with the works or contravenes the provisions of the Contract, the owner may give notice in writing to the contractor to make good the failure, neglect or contravention complained of. Should the contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, then and in such case the Owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the Contractor, may have neglected to do or if the owner thinks fit, without prejudice to any other right he may have under the Contract to take the work wholly or in part out of the contractor's hand and re-contract with any other person or persons to complete the works or any part thereof and in that event the Owner shall have free use of all Contractor's equipment that may have been at the time on the site in connection with the works without being responsible to the Contractor for any wear and tear thereof and to the exclusion of any right of the contractor over the same, and the Owner shall be entitled to retain and apply any balance which may otherwise be due on the Contract by him to the contractor, or such part thereof as may be necessary, to the payment of the cost of executing the said part of the work or of completing the Works as the case may be. If the cost of completing of Works or executing a part thereof as aforesaid exceeds the balance due to the contractor, the contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay which the contractor shall have to pay if the completion of works is delayed.
In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his
liability to pay liquidated damages for delay in completion of works as defined in clause no.26
of GCSE
Such action by the Owner as aforesaid, the termination of the Contract under this clause shall
neither entitle the contractor to reduce the value of the contract Performance Guarantee nor
the time thereof. The contract Performance Guarantee shall be valid for the full value and for
the full period of the contract including guarantee period.
26. Termination of contract on owners’ initiative
The Owner reserves the right to terminate the Contract either in part or in full due to reasons
other than those mentioned under clause entitled "Contractor's Default." The Owner shall in
such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
The Contractor upon receipt of such notice shall discontinue the work on the date and to the
extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders
and contracts to the extent they are related to the work terminated and terms satisfactory to
the Owner, stop all further sub-contracting or purchasing activity related to the work
terminated, and assist the Owner in maintenance, protection, and disposition of the Works
acquired under the Contract by the Owner.
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 17
In the event of such a termination, the Contractor shall be paid compensation, equitable and
reasonable, dictated by the circumstances prevalent at the time of termination.
If the Contractor is an individual or a proprietary concern and the individual or the proprietor
dies and if the contractor is a partnership concern and one of the partners dies then unless
the Owner is satisfied that the legal representatives of the individual contractor or of the
proprietor of propriety concern and in the case of partnership, the surviving partners, are
capable of carrying out and completing the Contract, the Owner shall be entitled to cancel the
Contract as to its uncompleted part without being in any way liable to payment of any
compensation to the estate of deceased Contractor and/or to surviving partners of the
contractor's firm on account of the cancellation of the contract. The decision of the owner that
the legal representatives of the deceased contractor or surviving partners of the contractor's
firm cannot carry out and complete the contract shall be final and binding on the parties. In
the event of such cancellation, the Owner shall not hold the estate of the deceased Contractor
and/or the surviving partner of the Contractor's firm liable to damages for not completing the
Contract.
27. Frustration of contract
In the event of frustration of the contract of supervening impossibility in items of Section 56 of
the Indian Contract Act, parties shall be absolved of their responsibility to perform the balance
portion of the contract.
In the event of non-availability or suspension of funds for any reasons whatsoever (except for
reason of willful or flagrant breach by the Owner and/or contractor) then the Works under the
contract shall be suspended. Furthermore, if the Owner is unable to make satisfactory
alternative arrangements for financing to the contractor in accordance with the terms of the
Contract within three months of the event, the parties hereto shall be relieved from carrying
out further obligations under the Contract treating it as frustration of the Contract. In the event
Performance Bank Guarantee, the parties shall mutually discuss to arrive at reasonable on all
issues including amounts due to either party for the work already done on "Quantum merit"
basis which shall be determined by mutual agreement between the parties.
28. Disclaimer:
While the Company will make every endeavor to extend necessary facilitation in expediting
the work, the contractor shall be responsible to organize and arrange all necessary inputs
right from mobilization activities up to completion of the project. Company will not entertain
any failure / delay on such accounts. Also, Company will not be responsible for any
compensation, replenishment, damage, theft etc. as may be caused due to negligent working,
insufficient coordination with Government / non Government / Local Authority by the
contractor and/ or his personnel deputed for work. The contractor shall take necessary
insurance coverage under LIC/GIC. Etc. for his working personnel and the goods in store as
well as in transit. The contractor will be deemed to have made him acquainted with the local
working conditions at site(s) and fully provide for into the bid submitted.
29. Drawings:
The bidder shall submit site plan of the location indicating the orientation of all lines, land
measurement, approach road, plan for the substation etc and lay out drawing (drawing should
be to scale and inscriptions on the drawings shall be in English) within 30 days from the date
of acceptance of LOI duly verified and signed by the concerned APDCL field officer for
approval from CGM (PP&D), APDCL. The drawing shall be approved or rejected or returned
for modification. In case of modification or rejection the Bidder shall submit the correct
drawings within 15 days from receipt of returned drawings from APDCL and the bidder shall
be responsible for any delay in the contract. Upon approval, the drawings shall become the
contract drawings and thereafter, the bidder shall not depart from them in anyway whatsoever
except with the written permission of CGM (PP&D). After the approval of substation layout and
drawing the bidder shall submit equipment drawing in the following sequence i) GTP and
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 18
drawings of equipment, ii) drawing of equipment supporting structure, structural drawings of
gantry and bus support iii) and lastly drawings of foundation supported by soil test report. All
drawings shall preferably be prepared in AutoCAD 2000 software or its later version.
30. Final as-built drawings:
In the final stages of the contract, the bidder shall submit to APDCL hard copies as well as
soft copies of complete set of built up drawings.
31. Mistakes/ errors in drawings:
The Contractor shall be responsible and liable for any change in the work due to any
discrepancies, errors, or omissions in the drawings or other particulars which have arisen due
to inaccurate information or particulars furnished by the bidder, even though approved by
APDCL.
32. The existing 33/11kV Samaguri sub-station is in deplorable and precarious state, as
such before submitting the tender the intending bidders are requested to physically
survey/inspect the location and the scope of work and have discussion with concerned
Sub-divisional Engineer /Asstt. General Manager in this regard in order to minimize
issues after awarding the contract. Any additional work/quantity which may be required
for construction of the substation in the new location but inadvertently left out in the
BOQ may perhaps be raised in the pre-bid meeting only.
33. Earth filling in the switchyard where necessary shall be executed after completion of
the equipment, transformer & Control room building foundation works.
34. If for any reason the last date of receiving and opening of tender or the date of pre-bid
discussion is a declared holiday the next working day will be considered for receiving and
opening of bid or pre bid discussion.
35. Terms and conditions, which are not specified, herein above will be governed by the
APDCL’s General Conditions of supply and erection in force.
APDCL’s General Conditions of supply and erection (GCSE) may be seen in our
official website www.apdcl.gov.in-- (Notice part)
CGM(PP&D), APDCL’s Samaguri bid document, January 2016 Page 19
Annexure – I (A)
Tender Profoma part – I (Techno-commercial Bid)
NIT NO.CGM (PP&D)/ APDCL/ANNUAL PLAN 2014-15/SAMAGURI SS/04
1. Name and full address of the Bidder. :
2. Particulars of payment made for Purchase of
Tender document in the shape of…………. :
3. Amount of earnest money paid in the shape of ……. :
4. Whether Sales Tax clearance : Yes / No
Certificate submitted
5. VAT Registration. No/ Service Tax Regd No. :
6. Acceptance of guarantee clause of :
Materials /equipment and system
Installed individually and for integrated
Operation.
7. WCT Registration No. :
8. Acceptance of penalty clause :
9. Acceptance of terms of payment :
10. Certificate/ documents regarding adequate :
Experience of doing similar job
11. Details of work presently in hand with amount :
(Awarded by APDCL and other successor
Companies of ASEB) - a separate sheet if
Required may be enclosed.
12. Details of manpower and T&Ps including :
Vehicles available with the firm to be
Enclosed separately.
13. List of documents enclosed :
.
a) ….
b) ….
c) ….
Signature with full name
and designation of bidder or his/her authorized representative
with seal
CGM(PP&D), APDCL’s Samaguri bid document Page 20
REQUIRED DOCUMENTS / QUALIFICATION Annexure- I (B)
Sl No.
Qualification Requirement Furnished
at Annexure
Page Remark
A LEGAL
1 Document in support of legal status of firm
2 Memorandum of Association &Registered/Notorised Joint venture Agreement if JV
3 Registered/Notorised power of attorney of the signatory of the Bidder to participate in the Bid in case of JV
4 Board resolution of the company to authorizing the signatory in case of company
5 Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount
6 Valid Electrical Contractor's License
7 Valid Electrical & Supervisory License
8 VAT/CST/WCT/Service Tax registration certificate
9 Provident Fund Registration Certificate
B Financial
1 Audited Balance sheet, Profit & Loss account, Auditor’s report for last three year
2 CA Certified Turnover of bidder during the last 3(three) years.
3 Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources)
4 Authority to seek references from the Bidder's Bankers
5 Income Tax return for last 3(three) years
6 Value of similar work performed by the bidder in each of the last five years - Statement
7 Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price
8 Details of the Bank Guarantee as EMD (BG/TD/Bank Call Deposit)
C Technical ability and experience
1
Experience in works of a similar nature and volume for each of the last 5(five) years and details of works under way or contractually committed including full address of client for communication- Statement
2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE along with supporting photo-copies of agreements for the works executed in any one year (12 months)
3 Detailed activity plan and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals.
4 Quality Assurance plan with Bar Chart
5 List of technical personnel and their qualification and experience with organization chart
6 Proof of availability of the tools, tackles, spare parts, etc. for carrying out the works.
D Technical particulars of equipments and Materials offered in the Bill of Material and their GTPs
CGM(PP&D), APDCL’s Samaguri bid document Page 21
LIST OF ONGOING & COMPLETED PROJECTS: ANNEXURE- I(C)
List of ongoing & completed projects of APDCL & Other successor companies of ASEB
Sl. No. Name of the work Order No Contract
value Scheme
Stipulated date of
completion
Present Status
1
2
3
BIDDER’S INFORMATION SHEET: Annexure- I (D)
Bidder’s Information
Bidder’s legal name
In case of JV, legal name of each partner
Bidder’s country of constitution
Bidder’s year of constitution
Bidder’s legal address in country of constitution
Bidder’s authorized representative
(name, address, telephone numbers, fax numbers, e-mail address)
CGM(PP&D), APDCL’s Samaguri bid document Page 22
Attached are copies of the following original documents.
1. In case of single entity, articles of incorporation or constitution of the legal entity named above.
2. Authorization to represent the firm or JV named in above.
3. In case of JV, letter of intent to form JV or JV agreement.
4. In case of a government-owned entity, any additional documents not covered above.
FINANCIAL SITUATION (FIN-1)
Each bidders or member of JV must fill in this form
Financial Data for Previous 3 Years [Rs in lakhs]
Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions.
All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).
CGM(PP&D), APDCL’s Samaguri bid document Page 23
Form FIN - 2: Average Annual Turnover
Each Bidder or member of a JV must fill in this form
Annual Turnover Data for the Last 3 Years
Year Amount (Rs. In lakhs)
Average Annual Turnover
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for contracts in progress or completed in ₹(Rupees).
Form FIN – 3: Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)
Financial Resources
No. Source of financing Amount (Rs. In lakhs)
1
2
3
4
CGM(PP&D), APDCL’s Samaguri bid document Page 24
SECTION 3
BILL OF QUANTITY (BOQ)
FOR 33/11 SAMAGURI SUB-STATION
&
PRICE BID SCHEDULE PROFORMA
CGM(PP&D), APDCL’s Samaguri bid document Page 25
BILL OF QUANTITY (BOQ)
Construction of 33/11kV Samaguri sub-station in a new location with capacity augmentation
from 1x5MVA+1X2.5MVA to 2x5MVA (excluding supply of power transformer) along with 400
meter 33kV incoming line within the jurisdiction of Nagaon Electrical Sub-division-I under
Nagaon Electrical Circle, APDCL
Sl. No.
Brief Item Description Unit Qty
A Substation
1 33/11kV 5MVA Power transformer (APDCL’s supply) No 2
2 GI Steel tubular pole SP-66 (for 33kV & 11kV Bus & Stn S/S ) No 20
3 GI Channel 100x50x50x6 mm 4.5 meter length (33kV Bus ) No 16
4 GI Channel 100x50x50x6 mm 3.5 meter length (11kV Bus ) No 26
5 GI Channel 100x50x50x6 mm 3.2 meter length (Stn S/S ) No 9
6 33 kV,70kN Polymer Disc Insulator including hardware fittings (Bus ) No 30
7 Tension clamp for wolf No 30
8 33kV Polymeric Pin insulator No 10
9 33kV Polymeric Post insulator with GI mounting structure No 4
10 AAA Wolf conductor Mtr 400
11 36kV VCB with GI mounting structure and marshalling box. Set 2
12 33kV & 11kV (Combined )Relay & Control Panel for Transformer No 2
13 33kV, 10kA Lighting Arrestor station type with GI mounting structure Set 3
14 33kV Isolator, 800A with earth blade complete and GI mounting structure
Set 1
15 33kV Isolator, 800A without earth blade complete and GI mounting structure
Set 3
16 33kV Current transformer outdoor type (CT Ratio 200-100/5-5-5A) with terminal connector and all accessories, GI mounting structure & marshalling box
Set 2
17 33kV Potential transformer outdoor type with terminal connector along with terminal connector and all accessories, GI mounting structure & marshalling box
Set 1
18 Float & float cum Boost type Battery Charger, 110V,100AH Set 1
19 Battery Bank of 110V,100AH, 55 cells lead acid Lot 1
20 AC Distribution Board No 1
21 110V, DC Distribution Board including connected cables with terminations.
No 1
22 11/0.4 kV, 100KVA, Distribution transformer (3 star rating) No 1
23 Installation of earthing system sq. m 800
24 11kV GOAB switch 150 A Set 1
25 11kV DO fuse 150 A Set 1
26 11kV Polymeric Pin insulator with fittings No 15
27 11kV outdoor VCB with GI mounting structure set 6
28 11kV Relay & Control Panel for feeder for outdoor VCB No 6
29 PG Clamp for wolf No 60
30 11 kV, 45kN Polymeric Disc Insulator (for stn S/S ) with H/W fittings No 6
31 CI earth pipe No 10
32 GI Pole Clamp No 40
33 GI wire 6swg for earthing Kg 50
34 Stay wire 7/14 SWG for earth shielding Kg 158
CGM(PP&D), APDCL’s Samaguri bid document Page 26
35 11kV Current transformer outdoor type( CT Ratio 200-100/5-5A)with terminal connector and all accessories, mounting structure & Marshalling box
set 4
36 11kV Current transformer outdoor type( CT Ratio 600-300/5-5-5A)with terminal connector and all accessories, mounting structure & Marshalling box
Set 2
37 11kV Potential transformer outdoor type with terminal connector along with terminal connector and all accessories, mounting structure & marshalling box
Set 2
38 11kV Isolator, 630A with earth blade complete and GI mounting structure
Set 9
39 11kV Isolator,630A without earth blade complete with GI mounting structure
Set 4
40 11kV, 9kA station type LA set 2
41 11kV, 9kA line type LA Set 5
42 Cu. Control Cable 7-core, 2.5 sqmm Mtr 300
43 Cu. Control Cable 4-core, 2.5 sqmm Mtr 300
44 Cu. Control Cable 2-core, 2.5 sqmm Mtr 300
45 LT XLPE single core cable 95 sq.mm for station Tr. Mtr 120
46 DTR Cubical 11/0.4 kV 100kVA. No 1
47 GI nuts and bolt with GI washer(assorted) Kg 100
Civil Works
Sl. No.
Brief Item Description Unit Qty
48
Construction of Assam type control room building (95 sqm) with PPGI sheet dyna roofing of 0.80 mm thick ( supreme quality) including fitting & fixing with self drilling, self tapping screws over truss, burse board, gutter, drown rain water pipe, bird net , tiles floor including water supply, sanitary works septic tank, soak pit, drain apron & internal electrification, etc as per specification & direction.
No 1
49
Raising low site with approved soil obtained from outside by truck carriage including breaking clods, dressing etc. complete including paying necessary forest royalty, sales tax, land compensation, municipal gate fees, if any monopoly duty etc. (profile measurement to be taken and 12.5% deduction for shrinkage to be made from total quantity ) etc. complete as directed and specified. Average filling 1.4m (approx 1 to 1.3m filling from existing level, except pond edge, level of existing is given in drawing with proposed FGL)
Cu. M
1500
50 Switchyard gravelling with broken 40mm (HBG) broken gravel 0.15 mtr thickness
sq. m
800
51 CC foundation for all LA,Isolator,33/11kV VCB,CT,PT bus etc including supply of all foundation materials & labour
Job 1
52 Construction of cable trench for laying of control cable including supply of all materials and labour as per specification and drawing
Mtr 100
53 Materials as required for Switch yard lighting (complete with 6 nos. of LED light (40W) with structure)
Job 1
54
Installation of deep tube well with piping(50mm dia CPVC pipe), 1 HP motor (alongwith pump) with 750 ltr overhead Syntex make storage tank over the GI staging with manhole cover with locking and clearing arrangement including providing pads of size as required for inlet & outlet pipe complete including fitting and fixing all materials & filter to get potable water.
Job 1
55 Construction of 1
st class brick wall 1.85 m height, 45 cm bottom width
including preparation of base by providing soling and 10 cm PCC and plastering skirting etc as per drawing and specification.
Mtr 55
56 (i) Foam type:4.5kg cylinders: 2 nos. (ii) Foam type: 9kgcylinders: 4 nos. Fire extinguisher (iii) 9 liter sand filling buckets: 4 nos. with stand & canopy
Job 1
57 Construction of transformer pad suitable for 33/11kV 10MVA including supply of all foundation materials & labour
No 2
CGM(PP&D), APDCL’s Samaguri bid document Page 27
58 Water purifier (Aqua guard ) No 1
59 First aid box No 1
62 Control Room furniture(1 table,4 chairs,1almirah,1 rack etc. Job 1
B 33kV incoming line
1 GI Steel tubular pole SP-66 No 8
2 GI Channel 100x50x50x6 mm 3.2 meter length No 10
3 33 kV,70kN Polymer Disc Insulator with Hardware fittings Set 18
4 Tension clamp for wolf No 18
5 33kV Polymeric Pin insulator No 12
6 AAA Wolf conductor Km 1.4
7 PG Clamp for wolf No 12
8 GI Angle for Bracing (50x50x6x5000) No 12
9 CI earth pipe No 4
10 GI Pole Clamp No 10
11 33kV Danger Plate No 5
12 GI nuts and bolt with GI washer Kg 40
CGM(PP&D), APDCL’s Samaguri bid document Page 28
ANNEXURE-III
PRICE BIDDING SCHEDULE
NIT NO.CGM (PP&D)/ APDCL/ANNUAL PLAN 2014-15/SAMAGURI SS/04 Tender Proforma part-II ( Price Bid)
The Schedule of item wise rates for various works against Annual Plan-2014-15 for Construction of 33/11kV Samaguri sub-station in a new location with capacity
augmentation from 1x5MVA+1X2.5MVA to 2x5MVA (excluding supply of power transformer) & 0.4 km 33kV incoming line within the jurisdiction of Nagaon Electrical Sub-
division-I under Nagaon Electrical Circle, APDCL.
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
A Construction of 2x5MVA, 33/11kV S/S
(excluding supply of Power transformer)
1 Erection, testing and commissioning of 33/11 kV, 5 MVA Power Transformer and laying& terminating all signalling & controlling units(transformer will be supplied by APDCL )
No 2 nil nil 2
2 Construction of transformer pad suitable for 10MVA including supply of all foundation materials & labour etc.
No 2
2
3
Supply and of erection G.I Steel tubular pole SP-66 (12.0 mtr wt 322kg) [with base plate 300x300x10mm , For Galvanisation zinc coating 610gm/sqm (86 micron)] perpendicular to ground level including excavation of earth pit having depth of 1/6 of the length of the pole and a cross section of 0.65mx0.65m with grouting in proportion of 1:2:4 CC foundation of size (2.6xmtr.x50cmx50cm)having PCC base foundation of size (15cmx60cmx60cm) edge brick soling including plastering above ground level portion(2ft) complete refilling with soil& ramping
No 20
20
4
Supply , fitting & fixing of G.I Channel (100x50x50x6 mm) of 4.5 mtr length on pole as required for 33kV bus, support base for CT, PT, LA , isolator etc. with all necessary nuts & bolts , washer , connector etc. as per drawing & direction.
No 16
16
CGM(PP&D), APDCL’s Samaguri bid document Page 29
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
5
Supply , fitting & fixing of G.I Channel (100x50x50x6 mm) of 3.5 mtr length on pole as required for 11 kV bus, support base for CT, PT, LA isolator etc. with all necessary nuts & bolts , washer , connector Etc. as per direction.
No 26
26
6
Fitting & fixing of G.I Channel (100x50x50x6 mm) of 3.2 mtr length on pole for station transformer with all necessary nuts & bolts , washer , connector etc. as per direction by reusing the existing channels after dismantling
No 9
9
7 Supply, fitting & fixing of 33 kV, 70 kN (B&S type ) Polymeric Disc Insulator including hardware fittings, tension clamp & all accessories
No 30
30
8 Supply, fitting & fixing of 33 kV Polymeric Pin insulator No 10
10
9 Supply, fitting & fixing of 33 kV polymeric Post insulator with GI mounting structure for 33 KV bus
No 4
4
10 Foundation as required for installation of new 33 kV polymeric Post insulator including cost of all foundation materials as per TS& approved drawing
No 4
4
11 Supply, stringing of AAAC Wolf (19/3.4mm) Conductor for bus as required including earth wire, PG clamp, connector etc.
Mtr 400
400
12
Supply, Erection, testing, commissioning of 33 KV outdoor Vacuum circuit breaker, 1250A, 25KA along with terminal box, marshalling box & G.I steel mounting structure & with all accessories as per TS & approved drawing all accessories
Set 2
2
13 Foundation as required for installation of new 33KV outdoor VCB including cost of all foundation materials as per TS& approved drawing.
No 2
2
14
Supply, Erection, testing, commissioning of Control & relay Panel for 33/11 KV Power transformer (both 33KV & 11KV side) [with numeric relay i.e. differential &O/C& E/F relay with SCADA facility for communication, metering, WT, OT & Buchholz. Tripping for transformer protection etc.] and all accessories as per TS & approved drawing..
No 2
2
15 Supply, Erection, testing, commissioning of 33KV 10KA station type LA with surge monitor and GI mounting structure as per specification
Set 3
3
16 Foundation as required for installation of 33KV 10KA station type LA including cost of all foundation materials & labour as
No 3
3
CGM(PP&D), APDCL’s Samaguri bid document Page 30
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
per TS & approved drawing
17 Supply, Erection, testing, commissioning of 33 kV Isolator, double break for With Earth Switch 800A with GI mounting structure and all accessories as per TS
Set 1
1
18 Foundation as required for installation of 33 kV Isolator double break With Earth Switch 800Aincluding cost of all foundation materials & labour as per TS & approved drawing
No 1
1
19 Supply, Erection, testing, commissioning of 33 kV Isolator double break Without Earth Switch 800A with GI mounting structure and all accessories as per TS and approved drawing
Set 3
3
20 Foundation as required for installation of 33 kV Isolator double break Without Earth Switch 800A including cost of all foundation materials & labour as per TS & approved drawing
No 3
3
21
Supply, Erection, testing, commissioning of 33 kV, 200-100/5-5 -5A Current Transformer (for transformer) for metering, protection & Differential including Junction Box (1 - ϕ)[One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing
Set 2
2
22 Foundation as required for installation of 33 kV, 200-100/5-5-5A Current Transformer including cost of all foundation materials & labour as per TS & approved drawing
No 2
2
23 Erection, testing, commissioning of outdoor type 33KV PT with marshalling box, GI mounting structure and all accessories as per TS and approved drawing
Set 1
1
24 Foundation as required for installation of 33 kV, Potential Transformer including cost of all foundation materials & labour as per TS & approved drawing
No 1
1
25 Supply, installation , testing & commissioning of Float & float cum Boost type Battery Charger suitable for 110 V,100AH battery bank & as per specification
No 1
1
26 Supply, installation , testing & commissioning 110 Volt ,100 AH ,55cell Battery Bank ,( lead acid, ) & as per specification
Lot 1
1
27 Supply, installation , testing & commissioning AC distribution Board as per specification
No 1
1
CGM(PP&D), APDCL’s Samaguri bid document Page 31
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
28 Supply, installation , testing & commissioning DC distribution Board as per specification
No 1
1
29 Erection, testing, commissioning of 11/0.4KV 100kVA Transformer
No 1
1
30
Installation of earthing system as per latest version of IS: 3043 & IEEE std. 80 with MS flats format and riser with 50mm GI electrodes of length 3 meter size etc including earth pit covering as per design calculation to be submitted by bidder after award of work
Sqm 800
800
31 Fitting & fixing of 11 kV GOAB ,150 Amp for station transformer
No 1
1
32 Fitting & fixing of 11 kV D.O set, 150 Amp for station transformer ( transformer will be supplied by APDCL)
Set 1
1
33 Supply , fitting & fixing of 11 KV Polymeric pin insulator No 15
15
34
Supply, Erection, testing, commissioning of 11 kV outdoor Vacuum circuit breaker, 800A, 12.5KA along with terminal box, marshalling box & G.I steel mounting structure & with all accessories as per TS
Set 6
6
35 Foundation as required for installation of new 11 kV outdoor VCB including cost of all foundation materials as per TS& approved drawing
No 6
6
36
Supply, Erection, testing, commissioning of 11 kV Control & relay Panel for feeder (with numeric relay i.e. O/C& E/F relay with SCADA facility for communication, metering, etc. )for outdoor VCB and all accessories as per TS & approved drawing
No 6
6
37 Supply, fitting & fixing of 11 kV, 45 kN Polymer Disc Insulator including hardware fittings for 11kV side
No 6
6
38 Supply and erection of CI earth pipe for earthing as per direction and as per requirement
No 10
10
39 Shielding of substation with stay wire including supply of all materials and labours
job 1
1
40 Supply, erection, testing and commissioning of outdoor type 11KV CT of 200-100/5-5A with mounting structure, marshalling box and all other accessories
Set 4
4
CGM(PP&D), APDCL’s Samaguri bid document Page 32
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
41 Supply, erection, testing and commissioning of outdoor type 11KV CT of 600-300/5-5-5A with mounting structure, marshalling box and all other accessories
Set 2
2
42 Construction of CC foundation for 11kV CT including supply of all foundation materials & Labour
No 6
6
43 Supply, erection, testing & commissioning of outdoor type 11KV PT with mounting structure, marshalling box and all other accessories
Set 2
2
44 Construction of CC foundation for 33kV PT including supply of all foundation materials & Labour
No 2
2
45 Supply, erection, testing and commissioning of 11 kV Isolator 630 Amp double break with earth blade with GI Structure as per specification
Set 4
4
46 Supply, erection, testing and commissioning of 11 kV Isolator 630 Amp without earth blade with GI Structure as per specification
Set 9
9
47 Construction of CC foundation for 33kV isolator including supply of all foundation materials & Labour
No 13
13
48 Supply, erection, testing and commissioning of 11 kV 9KA station type LA
Set 2
2
49 Supply, erection, testing and commissioning of 11 kV 9KA line type LA
Set 5
5
50 Construction of CC foundation for 11 kV LA including supply of all foundation materials & Labour
No 7
7
51 Supply, and laying of 7 core, 2.5sqmm control cable with all terminating connectors as per direction
Mtr 300
300
52 Supply, and laying of 4 core, 2.5sqmm control cable with all terminating connectors as per direction
Mtr 300
300
53 Supply, and laying of 2 core, 2.5sqmm control cable with all terminating connectors as per direction
Mtr 300
300
54 Supply and lying of LT XLPE 95 Sqmm single core Cable for station transformer with necessary lugs, clamps, nuts and bolts, connectors etc.
Mtr 120
120
CGM(PP&D), APDCL’s Samaguri bid document Page 33
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
55
Supply, installation and commissioning of DTR cubicle for 100kVA station transformer Cubicle with necessary bus bar, Trivector meter, MCCB, LT CT, lugs, clamps, nuts and bolts, connectors etc etc. alongwith necessary materials for grouting
No 1
1
56
Construction of Assam type control room building (95 sqm) with PPGI sheet dyna roofing of 0.80 mm thick (supreme quality) including fitting & fixing with self drilling, self tapping screws over truss, burse board, gutter, drown rain water pipe, bird net , tiles floor including water supply, sanitary works septic tank, soak pit, drain apron, first aid box, water purifier, control room furniture & internal electrification etc as per specification & direction.
Job 1
1
57
Raising low site with approved soil obtained from outside by truck carriage including breaking clods, dressing etc. complete including paying necessary forest royalty, sales tax, land compensation, municipal gate fees, if any monopoly duty etc. (profile measurement to be taken and 12.5% deduction for shrinkage to be made from total quantity ) etc. complete as directed and specified. Average filling 1.4m (approx 1 to 1.3m filling from existing level, except pond edge, level of existing is given in drawing with proposed FGL)
Cu M 1500
58 Switchyard gravelling with broken 40mm (HBG) gravel 15cm to 20 cm thickness
Sq.m 800
800
59 Construction of cable Trench control cable including supply of all materials and labour as per specification and drawing
Mtr 100
100
60
Materials as required for Switch yard lighting with 6 nos. of LED flood lights of 40W(Bajaj/Phillips) with protection of IP 65 alongwith all accessories ( special outdoor covering ie water proof and dust proof) & fittings complete and to be fitted on structure at a height of 10m.
Lot 1
1
61
Installation of deep tube well with piping(50mm dia CPVC pipe), 1 HP motor (alongwith pump) with 750 ltr overhead Syntex make storage tank over the GI staging with manhole cover with locking and clearing arrangement including providing pads of size as required for inlet & outlet pipe complete including fitting and fixing all materials & filter to get potable water along with supply and installation of Aqua guard water purifier.
Job 1
1
CGM(PP&D), APDCL’s Samaguri bid document Page 34
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
62
Construction of switch yard security fencing with 1st class brick wall 1.85 m height, 45 cm bottom width including preparation of base by providing soling and 10 cm PCC and plastering skirting etc as per drawing and specification.
Mtr 55
55
63 Supply and installation of (i) Foam type:4.5kg cylinders: 2 nos. (ii) Foam type: 9 kg cylinders: 4 nos. Fire extinguisher (iii) 9 liter sand filling buckets: 4 nos. with stand & canopy
Job 1
1
64 All Necessary works required shifting of the 2 nos. existing. power transformer from existing pad/place to the new pad/place as per direction
Job 1 nil nil 1
B Construction of 33kV line (0.4Km) with wolf conductor
1
Supply and of erection G.I Steel tubular pole SP-66 (12.0 mtr wt 322kg) [with base plate 300x300x10mm , For Galvanisation zinc coating 610gm/sqm (86 micron)] perpendicular to ground level including excavation of earth pit having depth of 1/6 of the length of the pole and a cross section of 0.65mx0.65m with grouting in proportion of 1:2:4 CC foundation of size (2.6xmtr.x50cmx50cm)having PCC base foundation of size (15cmx60cmx60cm) edge brick soling including plastering above ground level portion(2ft) complete refilling with soil& ramping
No 8
8
2
Supply, Fitting & Fixing of GI Channel X arm (100x50x6x3200mm) on pole for DP, structure with necessary GI pole clamp , GI Nuts & Bolts & washer, drilling of holes etc as per direction
No 10
10
3
Supply, Fitting & Fixing of GI Angle (50x50x6x5000mm)for bracing on double pole structure for 33kV line with necessary GI pole clamps, GI Nuts & Bolts & washer etc fitting as per direction
No 12
12
4
Supply, fitting of Ball & socket type 33 KV composite Polymeric disc insulator (70KN) including H/W fittings for disc insulator (tension type), Tension clamp and “ I” hook for "wolf" and all accessories for fixing on bracket with strain claims, nut, bolts, washer etc
No 18
18
5 Supply, fitting of 33 KV composite polymeric pin insulator of size 310mm, Minimum failing load 10 KN
No 12
12
CGM(PP&D), APDCL’s Samaguri bid document Page 35
Sl No.
Briefs Item Description Unit
Cost for Supply of materials Erection of materials
Total cost of supply
and erection
(Rs.)
Work contact
Tax (Rs.) (@ 5% on
8
Service Tax (Rs.) (@ 14.0%
on8)
Grand Total (Rs.) Qty
FORD COST OF MATERIALS (Unit price of
item inclusive of ED, F&I, all taxes up to work site)
( Rs. )
Total Amount
(Rs.) Qty
Unit erection/
installation charges
(Rs.)
Total Erection
Cost (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
including all accessories for fixing on bracket with nut, bolts, washer etc.
6
Supply & Stringing of AAAC Wolf Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 33kV line including jungle cutting wherever necessary and as per direction.
Conductor Km.
1.40
1.40
7
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation and guard earthing)
No 4
4
8 Supply, Fitting & Fixing of HT Danger Plate on GI pole pole 5
5
Grand Total is to be written in words Signature of authorized signatory of firm/ individual with seal Full Name of signatory:
CGM(PP&D), APDCL’s Samaguri bid document Page 36
SECTION -4
GENERAL REQUIREMENTS
CGM(PP&D), APDCL’s Samaguri bid document Page 37
GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other
specifications.
1.0 QUALITY ASSURANCE PLAN
1.1 The bidder shall invariably furnish the following information along with his offer
failing which the offer shall be liable for rejection. Information shall be separately given for
individual type of equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of ISO
9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the raw
materials, list of standards according to which the raw material are tested, list of tests
normally carried out on raw material in the presence of suppliers representative, copies of
test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought out
items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally carried
out for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any vis-à-vis the type. Special acceptance and routine
tests specified in the relevant standards. These limitations shall be very clearly brought
out in "Schedule of Deviations" from the specified test requirement.
1.2 The contractor shall within 30 days of placement of order, submit the following
information to the purchaser.
i) List of the raw material as well as bought out accessories and the names of sub-suppliers
selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if required by the
purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchaser’s inspection. QAP and
purchasers hold points shall be discussed between the purchaser and contractor before
the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central
excise asses for raw material at the time of routine testing if required by the purchaser and
ensure that the quality assurance requirements of specification are followed by the sub-
contractor.
1.3 The Quality Assurance Programmed shall give a description of the Quality System
and Quality Plans with the following details.
i) Quality System
The structure of the organization.
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
The system of ensuring of quality workmanship.
The system of control of documentation.
The system of retention of records.
The arrangement of contractor internal auditing.
A list of administrator and work procedures required to achieve contractor’s quality
CGM(PP&D), APDCL’s Samaguri bid document Page 38
requirements. These procedures shall be made readily available to the purchaser for
inspection on request.
ii) Quality Plans
An outline of the proposed work and program sequence.
The structure of contractor’s organizations for the contract.
The duties and responsibilities ensuring quality of work.
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
Reference to contractor’s work procedures appropriate to each activity.
Inspection during fabrication /construction.
Final inspection and test.
2.0 Inspection
2.1 The Owner's representative or third party nominee shall at all times be entitled to
have access to the works and all places of manufacture, where insulator, and its component
parts shall be manufactured and the representatives shall have full facilities for unrestricted
inspection of the Contractor's and sub-Contractor's works, raw materials, manufacture of the
material and for conducting necessary test as detailed herein.
2.2 The material for final inspection shall be offered by the Contractor only under
packed condition as detailed in the specification. The Owner shall select samples at random
from the packed lot for carrying out acceptance tests. Insulators shall normally be offered for
inspection in lots not exceeding 5000 nos. the lot should be homogeneous and should contain
insulators manufactured in the span of not more than 3-4 consecutive weeks.
2.3 The Contractor shall keep the Owner informed in advance of the time of starting
and the progress of manufacture of material in their various stages so that arrangements could
be made for inspection.
2.4 No material shall be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested unless the inspection is waived off by the Owner in writing.
In the latter case also the material shall be dispatched only after satisfactory testing for all
tests specified herein have been completed.
2.5 The acceptance of any quantity of material shall be no way relieve the Contractor
of his responsibility for meeting all the requirements of the specification and shall not prevent
subsequent rejection, if such material are later found to be defective.
3.0 Additional Tests
3.1 The Owner reserves the right of having at his own expense any other test(s) of
reasonable nature carried out at Contractor's premises, at site, or in any other place in
addition to the type, acceptance and routine tests specified in these bidding documents
against any equipments to satisfy himself that the material comply with the Specifications.
3.2 The Owner also reserves the right to conduct all the tests mentioned in this
specification at his own expense on the samples drawn from the site at Contractor's premises
or at any other test center. In case of evidence of noncompliance, it shall be binding on the
part of the Contractor to prove the compliance of the items to the technical specifications by
repeat tests or correction of deficiencies, or replacement of defective items, all without any
extra cost to the Owner.
4.0 Test Reports
4.1 Copies of type test reports shall be furnished in at least six (6) copies along with
one original. One copy shall be returned duly certified by the Owner only after which the
commercial production of the concerned materials shall start.
4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One
copy shall be returned duly certified by the Owner, only after which the material shall be
dispatched.
4.3 Record of routine test reports shall be maintained by the Contractor at his works
for periodic inspection by the Owner's representative.
CGM(PP&D), APDCL’s Samaguri bid document Page 39
4.4 Test certificates of test during manufacture shall be maintained by the Contractor.
These shall be produced for verification as and when desired by the Owner.
5.0 List of Drawings and Documents:
5.1 The bidder shall furnish the following along with bid.
i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical
connections etc.
ii) Technical leaflets (user’s manual) giving operating instructions.
iii) Three copies of dimensional drawings of the box for each quoted item.
The manufacturing of the equipment shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the purchaser. All
manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawing shall be at the supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the
specification.
5.2 The requirements of the latest revision of application standards, rules and codes of
practices. The equipment shall conform in all respects to high standards of engineering,
design, workmanship and latest revisions of relevant standards at the time of ordering and
purchaser shall have the power to reject any work or materials which, in his judgment is not in
full accordance therewith.
5.3 The successful Bidder shall within 2 weeks of notification of award of contract
submit three sets of final versions of all the drawings as stipulated in the purchase order for
purchaser's approval. The purchaser shall communicate his comments/approval on the
drawings to the supplier within two weeks. The supplier shall, if necessary, modify the
drawings and resubmit three copies of the modified drawings for their approval. The supplier
shall within two weeks. Submit 30 prints and two good quality report copies of the approved
drawings for purchaser's use.
5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each
consignee for the first instance of supply.
5.4.1 One set of routine test certificates shall accompany each dispatch consignment.
5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in
cases where inspection is' waived shall be got approved by the purchasers.
6.0 Any Item specification if not available in this document Contractor shall supply and execute the
items meeting the relevant IS specification with the approval of the purchaser.
CGM(PP&D), APDCL’s Samaguri bid document Page 40
SECTION – 5
FORMS OF BID
CGM(PP&D), APDCL’s Samaguri bid document Page 41
PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY
(To be stamped in accordance with Stamp Act) The non-Judicial stamp paper should be in the name of issuing bank
Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam,
In accordance with invitation to bid under your Bid No………………. M/s………………. having its
Registered/ Head Office at ……………..( hereinafter called the ‘Bidder’) wish to participate in the said
Bid or ………………… and you, as a special favour have agreed to accept an irrevocable and
unconditional Bank Guarantee for an amount of ……………….. valid upto……………………. On behalf
of Bidder in lieu of the Earnest Money deposit of the BID required to be made by the bidder, as a
condition precedent for participation in the said Bid.
We, the …………………. Bank at …………………… have our Head Office at…………..( local address)
guarantee and undertake to pay immediately on demand by Assam Power Distribution Company
Limited, the Amount of ……………………………………………
…………………………………………………..( in words & figures) without any reservation, protest, demur
and recourse. Any such demand made by said ‘Owner’ shall be conclusive and
binding on us irrespective of any dispute or difference raised by the Bidder.
The Guarantee shall be irrevocable and shall remain valid up to and including ………….
@....................... if any further extension of this guarantee is required, the same shall be extended
to such required period ( not exceeding one year) on receiving instruction from M/s ………… … ……….
on whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorized office, has set its hand and stamp on this
…………… day of ………………….. 20………… at …………………………
WITNESS
……………………… ……………………. (Signature) ( Signature) …………………….. …………………… (Name) (Name) ……………………. …………………… ( Official Address) (Official Address)
@ This date shall be thirty (30) days after the last date for which the bid is valid.
CGM(PP&D), APDCL’s Samaguri bid document Page 42
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act)
Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam,
In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the
‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to M/s……………
….……………………….with registered/ Head office at ……………….( hereinafter referred to as “
Contractor” which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators, executors and assigns), a Contract by issue of Owner’s Letter of Intent
No…………… dated……………….. and the same having been acknowledged by the contractor,
resulting in a contract and contractor having agreed to provide a Contract Performance Guarantee for
the faithful performance of the entire Contract equivalent to 10(%) of the said value Contract to the
Owner.
We………………………………………………………………………………………….. (Name & Address)
having its Head Office at …………………( hereinafter referred to as the “ Bank” , which expression
shall, unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns) do hereby guarantee and undertake to pay the owner, on demand any or all
monies payable by the contractor to be extent of ₹ …………………. at any time up to
………………………..**( day/month/year) without any demur, reservation , contest , recourse or protest
and / or without any reference to this contractor. Any such demand made by the owner on the bank
shall be conclusive and binding notwithstanding any difference between the Owner the Contractor or
any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The bank undertakes
not to revoke this guarantee during its currency without previous consent of the owner and further
agrees that the guarantee herein contained shall continue to be enforceable till the owner discharges
this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the
guarantee, from time to time to extend the time for performance or the contract by the contractor. The
owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the
exercise of any power vested in them or of any right which they might have against the contractor, and
to exercise the same at any time in any matter, and either to enforce or to for bear to enforce any
covenants, contained or implied, in the contract between the owner and the contractor or any other
course or remedy or security available to the owner. The Bank shall not be released to its obligations
under these presents by any exercise by the owner of its liberty with reference to the matters aforesaid
or any of them or by reason of any other act of omission or commission on the part of the owner or any
other indulgences shown by the owner or by any other matter or thing whatsoever which under law
would, but for this provision have the effect of relieving the Bank.
The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the
Bank as a principal debtor, in the first instance without proceeding against the contractor and not
withstanding any security or other guarantee the owner may have in relation to the Contractor’s
liabilities.
CGM(PP&D), APDCL’s Samaguri bid document Page 43
Notwithstanding anything contained herein above our liability under this guarantee is restricted to
……………………. And it shall remain in force up to an including …………………….. and shall be
extended from time to time for such period( not exceeding 1 year) as may be desired by
M/s………………………………………………………….on whose behalf this guarantee has been given.
Dated this……………………. Day of ……………………….. 20……………… at………… WITNESS ……………………………. ……………………… (Signature) (Signature) …………………………… …………………….. (Name) (Name) ………………………….. …………………….. (Official address) (Official address) Attorney as per power Of Attorney No………….. Date…………………….. NB: The stamp paper of appropriate value shall be purchased in the name of issuing bank.
CGM(PP&D), APDCL’s Samaguri bid document Page 44
PROFORMA OF EXTENSION OF BANK GUARANTEE Ref………………………….. Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring yourselves
, expiring on …………………. On account of M/S………………………….. in respect of contract no……………………. dated …………….. ( hereinafter called original Bank Guarantee).
At the request of M/s ……………………… we …………………… bank, branch office at ………………….. and having its Head Office at ………………………. Do hereby extend our liability under the above mentioned Bank Guarantee No………………… dated………………………for a further period of ……………………… ( Years/ Months) from………………….. to expire on………………….. expect as provided above, all other terms and conditions of the original Bank Guarantee No………………………. dated ………………. Shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached.
Yours faithfully For……………………………… Manager/ Agent/Accountant ………………….. Power of attorney No…………………… Dated…………………………………… SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has issued the Bank Guarantee.
CGM(PP&D), APDCL’s Samaguri bid document Page 45
PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT ( To be stamped in accordance with Stamp Act )
Ref………………………….. Bank guarantee No…………………… Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the ‘Owner’,
which expressions shall unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to M/s…………………………… hereinafter referred to as
the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof , include
its successors, administrators, executors and assigns), a Contract by issue of Owner’s letter of Award
No…………………… Dated……………………and the same having been acknowledged by the
contractors, resulting in a Contract bearing no…………………. Dated…………………. Valued
(at………………………………( in words and figures). For ………………………….Contract (space of
work)………………………………….. (hereinafter called the ‘Contract’) and the Owner having agreed
to make an advance payment to the Contractor for performance of the above contract amounting
……………………………… (in words and figures) as an advance against Bank Guarantee to be
furnished by the Contractor.
We…………………………..( Name of the Bank) having its Head Office at……………………………… (
hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or
meaning thereof , include its successors, administrators, executors and assigns) do hereby guarantee
and undertake to pay the owner , immediately on demand any or, all monies payable by the
contractor to the extent of ………………..as aforesaid at any time upto…………………….. (a….)
without any demur, reservation, contest, recourse or protest and/or without any reference to the
contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding
notwithstanding any difference between the Owner and the Contractor or any dispute pending before
any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained
shall be irrevocable and shall continue to be enforceable till the owner discharge this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee, from time to time to vary the advance or to extent the time for performance of the contract
by the Contractor. The Owners shall have the fullest liberty without affecting this guarantee, to
postpone from time to time the exercise of any power vested in them or of any right which they might
have against the Contractor and to exercise the same at any time in any manner, and either to
enforce any covenants, contained or implied, in the contact between the Owner and the Contractor or
any other course or remedy or security available to the Owner. The Bank shall not be released of its
obligations under this presents by any exercise by the owner of its liberty with reference to the matter
aforesaid of any of them or by reason of any other act or forbearance or other acts of omission or
commission on the part of the owner or any other indulgence shown by the owner or by any other
matter or thing whatsoever which under law would be for this provision have the effect of relieving the
Bank.
The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the contractor and not
withstanding any security or other guarantee that the owner may have in relation to the contractors
liabilities.
CGM(PP&D), APDCL’s Samaguri bid document Page 46
Notwithstanding anything hereinabove our liability under this guarantee is limited to………… and it
shall remain in force upto an including ……………………….( @ and shall be extended from time to
time for such period ( not exceeding 1 year as may be desired by
M/s…………………………………………………………………...dated this ………. Day of
……………….. 20……. At……………………………..
WITNESS…………………………………….. ……………………………… …….……………………….. (Signature) (Signature) ……………………………. ……………………………… (Name) (Name) …………………………..…. (Designation) (Official Address) (With Bank Stamp) Attorney as per Power of attorney No……………………… …. Dated…………………. Strike whichever is not applicable @ The date will be 90(ninety) days after the date of completion of the Contract.
CGM(PP&D), APDCL’s Samaguri bid document Page 47
PROFORMA OF “AGREEMENT” (To be executed on non-Judicial stamp paper)
This Agreement made this …………….. day of ………… two thousand……………. Between Assam
Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 (
hereinafter referred to as ‘Owner’ or ‘APDCL’, which expression shall include its administrators,
successors and assign on one part and (hereinafter referred to as the ‘Contractors ‘X’ ( Name of the
contracting Co.) which expression shall include its administrators, successors, executors and
permitted assigns) on the other part.
WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at ……………….(District) invited Bids for…………………………………………….. ………………………………. (Briefly describe scope of works) for the first state of the project as per its Bid Specification No……………………………… AND WHEREAS……………………….”X” ………………………. Had participated in the above referred Bidding vide their proposal No……………………. dated………………. And awarded the Contract to……………..” X”…………….. on terms and conditions documents referred to therein which have been acknowledged by……………….”X”…………………..resulting into a “Contract”
NOW THEREFORE THIS DEED WITNESS AS UNDER:- 1.0 Article
1.1 Award of Contract
APDCL awarded the contract to……………..”X”……………… for the work of …………… on the terms
and conditions contained in its letter of Award No…….. ………. Dated…………… and the documents
referred to therein. The award has taken effect from aforesaid letter of award. The terms and
expression used in this agreement shall have the same meaning as are assigned to them in the
‘Contract Documents’ referred to in this succeeding Article.
2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the
following documents attached herewith( hereinafter referred to as “Contract Documents”.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.
APDCL’s Letter of Award No………….. dated……………….duly acknowledged by “X”.
Quality Plans for manufacturing and field activities entitled as Quality Plan.
All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the
same or any part conform to the bidding documents and what has been specifically agreed to by the
Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any
deviations taken by the Contractor in its ‘Proposal’ but not agreed to specially by the Owner in its
Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity,
this agreement along with its aforesaid Contract Documents shall be referred to as the ‘Agreement’.
3.0 Conditions & Covenants
3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever
applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and
conditions are contained in APDCL’s Letter of Award No………........... dated……………… read
in conjunction with other aforesaid contract documents. The contract shall be duly performed by
the Contract Documents, but which are needed for successful, efficient, safe and reliable
operation of the equipment unless otherwise specifically excluded in the specification under
‘exclusion’ or Letter of Award.
3.2 The scope of work shall also include supply and installation of all such items which are not
specifically mentioned in the contract Documents, but which are needed for successful, efficient,
CGM(PP&D), APDCL’s Samaguri bid document Page 48
safe and reliable operation of the equipment unless otherwise specifically excluded in the
specifications under ‘exclusions’ or ‘Letter of Award’.
3.3 Time Schedule
3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall perform
the work in accordance with the agreed schedules.
3.4 Quality Plans
3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section
4.8 of GTC. The work beyond the customer’s hold points will progress only with the owners
consent. The Owner will also undertake quality surveillance and quality audit of the Contractor’s
/Sub-contractor’s works, systems and procedures and quality control activities. The Contractor
further agrees that any change in the Quality Plan will be made only with the Owner’s approval.
The contractor shall also perform all quality control activities, inspection and tests agreed with the
Owner to demonstrate full compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out
inspection, quality audit and quality surveillance of contractors and its Subcontractor’s Quality
Assurance Systems and Manufacturing Activities.
These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;
Detailed Quality Assurance System manuals for manufacturing activities.
Storage procedures and instructions weld, NDT, heat treatment prior to commencement
of manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by the owner shall
not in any way relief the contractor of its responsibilities for quality standards and performance
guarantee and their other obligations under the Agreement. 3.4.4 “X’ agrees to submit quality
Assurance Documents to APDCL for review and record after completion and within 3 weeks of
dispatch of material.
The package will include the following :
Factory test result, inspection report for testing required by this contract or applicable
codes and standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both
APDCL and “X” for the agreed customer hold points.
Report of the rectification works where and if applicable.
3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is
termed as Supply-cum-Erection Contract or indicates the break-up of the Contract
consideration, for convenience of operation and for payment of sale tax on supply portion, it is
in fact one composite Contract on single source responsibility basis and the Contractor is
bound to perform the total Contract in its entirely and non-performance of any part or portion
of the Contract shall be deemed to be breach of the entire Contract.
3.6 The Contractor guarantees that the equipment package under the Contract shall meet the
ratings and performance parameters as stipulated in the technical specifications (Section
10) and in the event of any deficiencies found in the requisite performance figures, the Owner
may at its option reject the equipment package or alternatively accept it on the terms and
conditions and subject to levy of the liquidated damages in terms of Contract documents. The
amount of liquidated damages so leviable shall be in accordance with the contract document
and without any limitation.
3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way
be constructed to limit or restrict the owner’s equipment right to recover the
damages/compensation due to shortfall in the equipment performance figures as stated in
Para 3.6 above or under any other clause of the agreement. The amount of
damages/compensation shall be recoverable either by way of deduction from the contract
price, contract performance guarantee and or otherwise. The contract performance guarantee
furnished by the contractor is irrevocable and unconditional and the owner shall have the
power to invoke it notwithstanding any dispute or difference between the owner and the
contractor pending before any court tribunal, arbitrator or any other authority.
CGM(PP&D), APDCL’s Samaguri bid document Page 49
3.8 This Agreement constitutes full and complete understanding between the parties and terms of
the payment. It shall supersede all prior correspondence terms and conditions contained in
the Agreement. Any modification of the agreement shall be effected only by a written
instrument signed by the authorized representative of both the parties.
4.0 SETTLEMENT OF DISPUTES
4.1 It is specifically agreed between parties that all the differences or disputes arising out of the
agreement or touching the subject matter of the agreement shall be decided by process of
settlement and Arbitration as specified in clause 41 of the General Condition of the Contract
and provision of the Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have
exclusive jurisdiction over the same.
4.2 NOTICE OF DEFAULT
Notice of default given by either party to the other under agreement shall be in writing and
shall be deemed to have been duly and properly served upon the parties hereto if delivered
against acknowledgement or by telex or by registered mail with acknowledgements due
addressed to the signatories at the addresses mentioned at Guwahati.
IN WITNESS WHEROF, the parties through their duly authorized representatives have executed
these presents (execution where of has been approved by the competent authorities of both the
parties) on the day, month and year first above mentioned at Guwahati .
WITNESS:
1. ……………………….. (Owner’s signature) ( Printed Name)
2. ……………………… (Designation)( Company’s Stamp)
3. …………………….. (Contractor’s Signature)(Company’s Name)
4. …………………….. (Designation)(Company’s Stamp)
Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In
two separate awards are placed on single party/two different parties this clause is to be
modified suitably while signing the contract agreement to be signed separately for two awards
to incorporate cross fall breach clause.
CGM(PP&D), APDCL’s Samaguri bid document Page 50
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non-judicial Stamp paper of Appropriate value to be Purchased in the Name of Joint Venture)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder……................................................................. have formed a Joint Venture under the laws
of……………………..and having our Registered Office(s)/Head Office(s) at
………………………………………………………………………………………………………….....(herei
n after called the 'Joint Venture' which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators and assigns) acting thorough M/S………………
………………………………………………………………………….. being the Partner in-charge do
hereby' constitute, nominate and appoint M/S……………………………………
………………………………..a Company incorporated under the laws of arid having its
Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney" or"
Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on
be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification No.-
------------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar,
GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the
Owner, to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf
of the “Joint Venture”.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to
the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint
Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the
same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the
said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the
Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of
Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have
executed these presents on this …………….. day of ……………....... under the Common
Seal(s) of their Companies.
for and on behalf of the Partners of
Joint Ventures
CGM(PP&D), APDCL’s Samaguri bid document Page 51
The Common Seal of the above Partners of the Joint Venture:
The Common Seal has been affixed there unto in the presence of :
WITNESS
1. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
2. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
CGM(PP&D), APDCL’s Samaguri bid document Page 52
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE
NAME OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________
______________________________ AND ____________________________________________
FOR BID SPECIFICATION No_______________________________OF ASSAM POWER
DISTRIBUTION COMPANY LTD.
THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight
and between M/S _________________________________________________ a Company
incorporated under the laws of _______________________________ and having its registered office
at __________________________________ _____________________________ (herein after called
the “Lead Partner” which expression shall include its successors, executors and permitted assigns)
and M/S _______________________________________________ a Company incorporated under
the laws of _______________________________ and having its registered office at
________________________________________________________________ (herein after called
the “Partner” which expression shall include its successors, executors and permitted assigns) for
purpose of making a bid and entering into a contract* (in case of award) for Construction of
_______________________________(name of the package) against the specifications
No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI –
781001, an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its
registered office at Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the
“Owner”)
WHEREAS the Owner invited bids as per the above mentioned Specification for the design
manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated in the
bidding documents under subject Package*
For_________________ (Package Name) (Specification No.:_____________________)
AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of
the bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners,
meeting the requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture
fulfills all other requirements of Annexure-A, Section 4 and in such a case, the BID shall be signed by
all the partners so as to legally bind all the Partners of the .Joint Venture, who will be jointly and
severally liable to perform the Contract and all obligations hereunder .
* Strike which is not applicable.
The above clause further states that the Joint Venture agreement shall be attached to the bid and the
contract performance guarantee will be as per the format enclosed with the bidding document without
any restriction or liability for either party.
AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ............................. dated ..................................................... by Lead Partner based on the Joint
Venture agreement between all the Partners under these presents and the bid in accordance with the
requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed
by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this ,Joint Venture do
hereby now agree as follows:
1. In consideration of the award of the Contract by the Owner to the
CGM(PP&D), APDCL’s Samaguri bid document Page 53
Joint Venture partners, we, the Partners to the Joint Venture agreement do hereby agree that
M/S__________________ shall act as Lead Partner and further declare and confirm that we shall
jointly and severally be bound unto the Owner for the successful performance of the Contract and
shall be fully responsible for the design, manufacture, supply, and successful performance of the
equipment in accordance with the Contract.
2. In case of any breach of the said Contract by the Lead Partner or
other Partner(s) of the Joint Venture agreement, the Partner(s) do hereby agree to be fully
responsible for the successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the Contract.
3. Further, if the Owner suffers any loss or damage on account of any
breach in the Contract or any shortfall in the performance of the equipment in meeting the
performance guaranteed as per the specification in terms of the Contract, tile Partner(s) of
these presents undertake to promptly make good such loss or damages caused to the Owner,
on its demand without any demur. It shall not be necessary or obligatory for the Owner to
proceed against Lead Partner to these presents before proceeding against or dealing with the
other Partner(s)
4. The financial liability of the Partners of this Joint Venture
agreement to the Owner, with respect to any of the claims arising out of the performance of
non-performance of the obligations set forth in the said Joint Venture agreement, read in
conjunction with the relevant conditions of the Contract shall, however, not be limited in any
way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this
Joint Venture agreement that the responsibilities and obligations of each of the Partners shall
be as delineated in Appendix-I (*To be incorporated suitably by the Partners) to this agreement.
It is further agreed by the Partners that the above sharing of responsibilities and obligations
shall not in any way be a limitation of joint and several responsibilities of the Partners under this
Contract.
6. This Joint Venture agreement shall be construed and interpreted in
accordance with the laws of India and the courts of Delhi shall have the exclusive jurisdiction in
all matters arising there under.
7. In case of an award of a Contract, We the Partners to the Joint
Venture agreement do hereby agree that we shall be jointly and severally responsible for
furnishing a contract performance security from a bank in favour of the Owner in the forms
acceptable to purchaser for value of 10% of the Contract Price in the currency/currencies of the
Contract.
8. It is further agreed that the Joint Venture agreement shall be
irrevocable and shall form an integral part of the Contract, and shall continue to be enforceable
till the Owner discharges the same. It shall be effective from the date first mentioned above for
all purposes and intents.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorised representatives executed these presents and affixed Common Seals of their companies,
on the day, month and year first mentioned above.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorized representatives executed these presents and affixed Common Seals of their companies,
on the day, month and year first mentioned above.
Common Seal of_________________ For Lead Partner
CGM(PP&D), APDCL’s Samaguri bid document Page 54
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
Common Seal of_________________ For Other Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated_______________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
WITNESSES
1. Name . (Signature)
(Official address)
2. Name . (Signature)
(Official address)
CGM(PP&D), APDCL’s Samaguri bid document Page 55
SECTION 6
TECHNICAL SPECIFICATION
CGM(PP&D), APDCL’s Samaguri bid document Page 56
CLIMATIC AND ISOCERAUNIC CONDITIONS
The climatic and isoceraunic conditions at site under which the materials /equipment shall operate satisfactorily are as follows:- a) Maximum temperature of air in shade: 40º C b) Minimum temperature of air in shade: 2º C c) Maximum Humidity: 93 % d) Isoceraunic level: 60 e) Average of rainy days per annum: 150 f) Average number of days of thunderstorm per annum: 25 g) Average number of days of dust storm per annum: 10 h) Average annual rainfall: 2280 mm i) Number of months of tropical monsoon per annum: 5 (May to Sept.) j) Maximum wind pressure: 150Kg/sq. m. k) Altitude (above mean sea level): 50 to 250m
The reference ambient temperatures assumed for the purpose of this specification are:
a) Maximum ambient temperature: 45ºC b) Maximum average daily ambient temperature: 35ºC c) Maximum average yearly ambient temperature: 30º C
CGM(PP&D), APDCL’s Samaguri bid document Page 57
6.1 SPECIAL TECHNICAL SPECIFICATIONS FOR NEW & R&M OF SUBSTATION CIVIL WORKS & SWITCHGEAR
1.0 GENERAL
The intent of specification covers the following:
Design, engineering, and construction of all civil works at sub-station. All civil works shall also satisfy the general technical requirements specified in other Section of this Specification and as detailed below. They shall be designed to the required service conditions/loads as specified elsewhere in this Specification or implied as per National/International Standards.
All civil works shall be carried out as per applicable Indian Laws, Standards and Codes. All materials shall be of best quality conforming to relevant Indian Standards and Codes.
The Contractor shall furnish all design, drawings, labour, tools, equipment, materials, temporary works, constructional plant and machinery, fuel supply, transportation and all other incidental items not shown or specified but as may be required for complete performance of the Works in accordance with approved drawings, specifications and direction of Employer.
The work shall be carried according to the design/drawings to be developed by the Contractor and approved by the owner based on Tender Drawings Supplied to the Contractor by the Owner. For all buildings, structures, foundations, etc., necessary layout and details shall be developed by the Contractor keeping in view the functional requirement of the substation facilities and providing enough space and access for operation, use and maintenance based on the input provided by the Owner. Certain minimum requirements are indicated in this specification for guidance purposes only. However, the Contractor shall quote according to the complete requirements.
1.2 GEO-TECHNICAL INVESTIGATION
1.3 The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate, general as well as specific information about the soil profile and the necessary soil parameters of the Site in order that the foundation of the various structures can be designed and constructed safely and rationally.
A report to the effect will be submitted by the contractor for Owner's specific approval giving details regarding data proposed to be utilized for civil structures design.
2.0 SCOPE OF WORK
This specification covers all the work required for detailed soil investigation and preparation of a detailed report. The work shall include mobilization of necessary equipment, providing necessary engineering supervision and technical personnel, skilled and unskilled labour, etc., as required to carry out field investigation as well as, laboratory investigation, analysis and interpretation of data and results, preparation of detailed Geo-Technical report including specific recommendations for the type of foundations and the allowable safe bearing capacity for different sizes of foundations at different founding strata for the various structures of the substation. The Contractor shall make his own arrangement for locating the co-ordinates and various test positions in field as per the information supplied to him and also for determining the reduced level of these locations with respect to the benchmark indicated by the Owner.
All the work shall be carried out as per latest edition of the corresponding Indian Standard Codes.
2.1 Bore Holes
Drilling of bore holes of 150 mm dia, in accordance with the provisions of IS: 1982 at the rate of minimum two number of bore holes per bay to 15 m depth or to refusal which ever occur earlier. (By refusal it shall mean that a standard penetration blow count (N) of 100 is recorded for 30 cm penetration). However, in case deep pile foundations are envisaged the depths have to be regulated as per provisions. In cases where rock is encountered, coring in one borehole per bay shall be carried out to 3 M in bedrock and continuous core recovery is achieved.
Performing Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from 1.5 m below ground level onwards and at every change of stratum. The disturbed samples from the standard penetrometer shall also be collected for necessary tests.
Collecting undistributed samples of 100/75 mm diameter 450 mm long from the boreholes at intervals of 2.5 m and every change of stratum starting from 1.0 m below ground level onwards in clayey strata.
The depth of Water Table shall be recorded in each borehole.
CGM(PP&D), APDCL’s Samaguri bid document Page 58
All samples, both disturbed and undisturbed, shall be identified properly with the borehole number and depth from which they have been taken.
The sample shall be sealed at both ends of the sampling tubes with wax immediately after the sampling and shall be packed properly and transported to the Contractor's laboratory without any damage or loss.
The logging of the boreholes shall be compiled immediately after the boring is completed and a copy of the bolero shall be handed over to the Engineer-in - Charge,
2.2 Dynamic Cone Penetration Test
Dynamic cone penetration tests of two numbers shall be carried out with the circulation of bentonite slurry at specified locations and a continuous record of penetration resistance (NG) upto 15.00 meter from natural ground level or the refusal shall be maintained by the Contractor IS: 4968 (Part-2) shall be followed for carrying out the test and reporting results.
The location for tests shall be as directed by the Owner. On completion of the test, the results shall be presented as a continuous record as the numbers of blows required for every 300 mm penetration of the cone into the soil.
2.3 Trial Pits
Trial pits shall be carried at specified one locations of per bay as directed by the Owner. The trial pits shall be 2m x 2m in size extending to 4 m depths, or as specified by the Owner. Undisturbed samples shall be taken from the trial pits as per the direction of the Owner.
2.4 Electrical Resistivity Test
This test shall be conducted to determine the Electrical receptivity of soil required for designing safe grounding system for the entire station area. The specifications for the equipments and other accessories required for performing electrical resistivity test, the test procedure, and reporting of field observations shall confirm to IS: 3043. The test shall be conducted using Wenner's four electrode method as specified in IS: 1892, Appendix-B2. Unless otherwise specified at each test location, the test shall be conducted along two perpendicular lines parallel to the co-ordinate axis. On each line a minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes from an initial small value of 0.5 m upto a distance of 10.0 m.
2.5 Plate Load Test
Plate load test shall be conducted to determine the bearing capacity, modulus of sub-grade reaction and load/settlement characteristics of soil at shallow depths by loading a plane and level steel plate kept at the desired depth and measuring the settlement under different loads, until a desired settlement takes place or failure occurs. The specification for the equipment and accessories required for conducting the test, the test procedure, field observations and reporting of results shall conform to IS: 1888. Modulus of sub-grade reaction shall be conducted as per IS: 9214. The location and depth of the test shall be as given below:
1) One at Control Building location at the proposed foundation depth below finished ground level for bearing capacity.
2) One test at Transformer foundation location at proposed foundation depth below FGL.
Undisturbed tube samples shall be collected at 1.0 m and 2.5 m depths from natural ground level for carrying out laboratory tests.
The size of the pit in plate load test shall not be less than five times the plate size and shall be taken upto the specified depth. All provisions regarding excavation and visual examination of pit shall apply here.
Unless otherwise specified the reaction method of loading shall be adopted. Settlement shall be recorded from dial gauges placed at four diametrically opposite ends of the test plate.
The load shall be increased in stages. Under each loading stage, record of time Vs. Settlement shall be kept as specified in IS: 1888.
Backfilling of the pit shall be carried out as per the directions of the Owner. Unless otherwise specified the excavated soil shall be used for this purpose. In cases of gravel-boulder or rocky strata, respective relevant codes shall be followed for tests.
2.6 Water Sample
Representative samples of ground water shall be taken when ground water is first encountered before the addition of water to aid drilling of boreholes. The samples shall be of sufficient quantity for chemical analysis
CGM(PP&D), APDCL’s Samaguri bid document Page 59
to be carried out and shall be stored in airtight containers.
2.7 Back Filling Bore Holes
On completion of each hole, the Contractor shall backfill all boreholes as directed by the Owner. The backfill material can be the excavated material.
2.8 laboratory Test
The laboratory tests shall be carried out progressively during the field work after sufficient number of samples have reached the laboratory in order that the test results of the initial boreholes can be made use of in planning the later stages of the field investigation and quantum of laboratory tests.
All samples brought from field, whether disturbed or undisturbed shall be extracted/prepared and examined by competent technical personnel, and the test shall be carried out as per the procedures laid out in the relevant I.S. Codes.
The following laboratory tests shall be carried out:
i. Visual and Engineering Classification.
ii. Liquid limit, plastic limit and shrinkage limit for CΦ soils.
iii. Natural moisture content, bulk density and specific gravity.
iv. Grain size distribution.
v. Swell pressure and free swell index determination.
vi. California bearing ratio.
vii. Consolidated un-drained test with pore pressure measurement.
viii. Chemical tests on soil and water to determine the carbonates, sulphates, nitrates, chlorides, Ph value, and organic matter and any other chemicals harms to the concrete foundation.
ix. Rock quality designation (ROD), RMR in case of rock is encountered.
2.9 Test Results and Reports
1. The Contractor shall submit the detailed report in two (2) copies wherein information regarding the geological detail of the site, summarized observations and test data, bore logs, and conclusions and recommendations on the type of foundations with supporting calculations for the recommendations. Initially the report shall be submitted by the Contractor in draft form and after the draft report is approved, the final report in four (4) copies shall be submitted. The test data shall bear the signatures of the Investigation Agency, Bidder and also site representative.
2. The report showing the locations of the exploration work i.e., bore holes, dynamic cone penetration tests, trial pits. Plate load test, etc.
a) A plan showing the locations of the exploration work i.e., bore holes, dynamic cone penetration tests, trial pits. Plate load test, etc.
b) Bore Logs: Bore logs of each bore holes clearly identifying the stratification and the type of soil stratum with depth. The values of Standard Penetration Test (SPT) at the depths where the tests were conducted on the samples collected at various depths shall be clearly shown against that particular stratum.
Test results of field and laboratory tests shall be summarized strata wise as well in combined tabular form. All relevant graphs, charts tables, diagrams and photographs, if any, shall be submitted along with report. Sample illustrative reference calculations for settlement, bearing capacity, pile capacity shall be enclosed.
3.0 Recommendations
The report should contain specific recommendations for the type of foundation for the various structures envisaged at site. The Contractor shall acquaint himself about the type of structures and their functions from the Owner. The observations and recommendations shall include but .not limited to the following:
a) Geological formation of the area, past observations or historical data, if available, for the area and for the structures in the nearby area, fluctuations of water table, etc. slope stability characteristics and landslide history of the area shall be specifically highlighted. Remedial measures to be adopted shall also be given.
b) Recommended type of foundations for various structures. If piles are recommended the type, size and capacity of pile and groups of piles shall be given after comparing different types and sizes of piles and pile groups.
CGM(PP&D), APDCL’s Samaguri bid document Page 60
c) Allowable bearing pressure on the soil at various depths for different sizes of the foundations based on shear strength and settlement characteristics of soil with supporting calculations. Minimum factor of safety for calculating net safe bearing capacity shall be taken as 3.0 (three). Recommendation of liquefaction characteristics of soil shall be provided.
d) Recommendations regarding slope of excavations and dewatering schemes, if required. Required protection measures for slope stability for cut and fill slopes of switchyard and approach road with stone pitching/retaining walls shall be clearly spelt out. Calculation shall also be provided for stability adequacy.
e) Comments on the Chemical nature of soil and ground water with due regard to deleterious effect of the same on concrete and steel and recommendations for protective measures.
f) If expensive soil is met with, recommendation on removal or retainment of the same under the structure, road, drains, etc., shall be given. In the later case detailed specification of any special treatment required including specification or materials to be used, construction method, equipments to be deployed, etc., shall be furnished. Illustrative diagram of a symbolic foundation showing details shall be furnished.
g) Recommendations for additional investigations beyond the scope of the present work, if considered such investigation as necessary.
4.0 SITE PREPARATION
The Contractor shall be responsible for proper leveling of switchyard site as per layout and levels of switchyard finalized during detailed engineering stage. The Contractor at his own cost shall make the layout and levels of all structure, etc., from the general grids of the plot and benchmarks set by the Contractor and approved by the Owner. The Contractor shall give all help in instruments, materials and personal to the Owner for checking the detailed layout and shall be solely responsible for the correctness of the layout and levels. Site leveling shall be in the scope of the contractor. Bidder may decide the level of the sites. However, the level shall be such that it is 300 mm higher than the highest flood level (HFL) of the site.
5.0 SCOPE OF WORKS
This clause covers the design and execution of the work for site preparation, such as clearing of the site, the supply and compaction of fill material, slope protection by stone pitching/retaining walls depending on the site location/ condition, excavation and compaction of backfill for foundation, road construction, drainage, trenches and final topping by stone (broken hard stone).
5.1 General
1) The Contractor shall develop the site area to meet the requirement of the intended purpose. The site preparation shall conform to the requirements of relevant sections of this specification or as per stipulations of standard specifications. Necessary protection of slope of switchyard area and approach road shall also be carried out by contractor.
2) If fill material is required, the fill material shall be suitable for the above requirement. The fill shall be such a material and the site so designed as to prevent the erosion by wind and water of material from its final compacted position or the in-site position of undisturbed soil.
3) When embankments are to be constructed on slopes of 15% or greater, benches or steps with horizontal and vertical faces shall be cut in the original slope prior to placement of embankment material. Vertical faces shall measure not more than 1 m in height.
4) Embankments adjacent to abutments, culverts, retaining walls and similar structures shall be constructed by compacting the material in successive uniform horizontal layers not exceeding 15 cm in thickness. (Of loose material before compaction). Each layer shall be compacted as required by means of mechanical tampers approved by the Owner. Rocks larger than 10 cm in any direction shall not be placed in embankment adjacent to structures.
5) Earth embankments of roadways and site areas adjacent to buildings shall be placed in successive uniform horizontal layers not exceeding 20 cm in thickness in loose stage measurement and compacted to the full width specified. The upper surface of the .embankment shall be shaped so as to provide complete drainage of surface water at all times.
6) The pitching shall be designed and provided for slope protection as per approved drawings. The stone used shall be sound, hard, durable and fairly regular in shape. Stones subjected to marked deterioration by water or weather shall not be used. Suitable measures shall be provided to prevent erosion by seepage of water. Largest stone procurable shall be used as approved by owner for the work. Random rubble masonry (1:6) retaining walls shall be provided wherever required as per site condition.
5.2 Compaction
CGM(PP&D), APDCL’s Samaguri bid document Page 61
1. The density to which fill materials shall be compacted shall be as per relevant IS and as per direction of Owner. All compacted sand filling shall be confined as far as practicable. Backfilled earth shall be compacted to minimum 95% of the Standard Proctor's density at OMC. The sub-grade for the roads and embankment filling shall be compacted to 70% relative density (minimum).
2. At all times unfinished construction shall have adequate drainage. Upon completion of the road's surface course, adjacent shoulders shall be given a final shaping, true alignment and grade.
3. Each layer of earth embankment when compacted shall be as close to optimum moisture content as practicable. Embankment material, which does not contain sufficient moisture to obtain proper compaction, shall be wetted. If the material contains any excess moisture then it shall be allowed to dry before rolling. The rolling shall begin at the edges overlapping half the width of the roller each time and progress to the center of the road or towards the building as applicable. Rolling will also be required on rock fills. No compaction shall be carried out in rainy weather.
5.3 Requirement for fill material under foundation
The thickness of fill material under the foundations shall be such that the maximum pressure from the footing, transferred through the fill material and distributed onto the original undisturbed soil will not exceed the allowable soil bearing pressure of the original undisturbed soil. For expansive soils the fill materials and other protections, etc., to be used under the foundation is to be got approved by the Owner.
6.0 ANTI-WEED TREATMENT AND STONE SPREADING
6.1 Scope of Works
The Contractor shall furnish all labour, equipment and materials required for complete performance of the work in accordance with the drawings specification and direction of the Owner.
Stone spreading shall be done in the areas of the switchyard wherever equipments and or structures are to be provided under present scope of work. The stone spreading in future areas shall also be provided in case potential without stone layer is not well within safer limits
.
7.0 GENERAL REQUIREMENT
7.1 The material required for site surfacing/stone filling shall be free from all types of organic materials and shall be of standard quality, and as approved by the Owner.
The material to be used for stone filling/site surfacing shall be uncrushed/ crushed/broken stone of 20 mm nominal size (upgraded single size) conforming to Table 2 of IS:383-1970. Hardness, Flakiness shall be as required for wearing courses are given below:
a) Sieve Analysis Limits (Gradation)
(IS: 383 - Table 2)
Sieve Size % passing by weight
40mm 100
20 mm 85 - 100
10 mm 0-20
4.75 mm 0-5
b) Hardness
Abrasion value (IS: 2386 Part-IV) - not more than 40%
Impact value (IS: 2386 Part-IV) - not more than 30% and frequency shall be one test per 500 cum with a minimum of one test per source,
c) Flakiness Index
One test shall be conducted per 500 cum of aggregate as per IS: 2386 Part-I and maximum value is 25%,
7.2 After all the structures/equipments are erected and anti-weed treatment is complete, the surface of the switchyard area shall be maintained, rolled/ compacted to the lines and grades as decided by Engineer-in-Charge. Deweeding including removal of roots shall be done before rolling is commenced, Engineer-in-Charge shall decide final formation level so as to ensure that the site appears uniform devoid of
CGM(PP&D), APDCL’s Samaguri bid document Page 62
undulations, The final formation level shall however be very close to the formation level indicated in the drawing using half ton roller with suitable water sprinkling arrangement to form a smooth and compact surface.
7.3 A base layer of uncrushed/crushed/broken stone of 20 mm nominal size (ungraded single size) shall be spread and rolled/compacted by using half ton roller with 4 to 5 passes and water sprinkling to form a minimum 50 mm layer on the finished ground level of the specified switchyard area excluding roads, drains, cable trench and tower and equipment foundations as indicated in the drawing.
7.4 Over the base layer of site surfacing material, a final surface course of minimum 50 mm thickness of 20 mm nominal size (single size ungraded) broken stone as specified above shall be spread and compacted by light roller using half tones steel roller (width 30" and 24" diameter) with water sprinkling as directed by he Engineer-in-Charge. The water shall be sprinkled in such a way that bulking does not take place.
7.5 In areas that are considered by the Engineer-in-Charge to be too congested with foundations and structures for proper rolling of the site surfacing material by normal rolling equipments, the material shall be compacted by hand, if necessary. Due care shall be exercised so as not to damage any foundation structures or equipment during rolling compaction.
7.6 Before taking up stone filling, anti-weed treatment shall be applied in the switchyard area wherever gravel filling is to be done, and the area shall be thoroughly de-weeded including removal of roots. The recommendation of local agriculture or horticulture department shall be sought wherever feasible while choosing the type of chemical to be used. Nevertheless the effectiveness of the chemical shall be demonstrated by the Contractor in a test area of 10M x 10M (approx.) and monitored over a period of two to three weeks by the Engineer-in-Charge. The final approval shall be given by Engineer-in-Charge and final approval given based on the results.
7.7 The anti-weed chemical shall be procured from reputed manufacturers.
The dosage and application of chemical shall be strictly followed as per manufacturer's recommendation. The contractor shall be required to maintain the area free of weeds for a period of 1 year from the date of application of 1
st dose of anti-weed chemicals.
8.0 SITE DRAINAGE
1. Adequate site drainage system shall be provided by the Contractor. The Contractor shall obtain rainfall data and design the storm water drainage system, (culverts, ditches, drains, etc.) to accommodate run off due to the most intense rainfall that is likely to occur over the catchment area in one hour period on an average of once in tem years. The surface of the site shall be sloped to prevent the ponding of water.
2. The maximum velocity for pipe drains and open drains shall be limited to 2.4m/sec and 1.8m/sec respectively. However, minimum non-silting velocity of 0.6 m/sec shall be ensured. Longitudinal bed slope not milder than 1 in 1000 shall be provided.
3. For design of RCC pipes for drains and culverts, 18:456 and 18:783 shall be followed.
4. The Contractor shall ensure that water drains are away from the site area and shall prevent damage to adjacent property by this water. Adequate protection shall be given to site surfaces, roads, ditches, culverts, etc., to prevent erosion of material by water.
5. The drainage system shall be adequate without the use of cable/pipe trenches. (Pipe drains shall be provided in areas of switchyard where movement of crane will be necessary in operating phase of the substation).
6. Open surface drains shall be provided with the Cement Concrete 1:2:4 of minimum thickness of 100 mm or more as per design condition.
7. Pipe drains shall be connected through manholes at an interval of max. 30m. Effluents shall be suitably treated by the Contractor to meet all the prevalent statutory requirements and local pollution control norms and treated effluents shall be conveyed to the storm water drainage system at a suitable location for its final disposal.
8. Invert of the drainage system shall be decided in such a way that the water can easily be discharged above the High Flood Level (HFL) outside substation boundary at suitable location upto a maximum 50M beyond boundary wall ot substation or actual whichever occurs earlier and approved by Owner. Pumps for drainage of water (it required) shall be provided by Contractor.
9. All internal site drainage system, including the final connection/disposal to owner acceptance points shall be pat of Supplier's scope including all required civil work, mechanical and electrical systems. The Contractor shall connect his drain(s) at one or more points to outfall points as feasible at site.
CGM(PP&D), APDCL’s Samaguri bid document Page 63
10.The drainage scheme and associated drawings shall be got approved.
9.0 TRANSFORMER FOUNDATION
The Contractor shall provide a road system integrated with the transformer foundation to enable installation and the replacement of any failed unit by the spare unit located at the site. This system shall enable the removal of any failed unit from its foundation to the nearest road. If trench/drain crossings are required the suitable R.C.C. culverts shall be provided in accordance with I.R.C. Code & relevant IS.
FIRE PROTECTION WALLS
9.1 General
Fire protection walls shall be provided in accordance with Tariff Advisory Committee (TAC) recommendations.
9.2 Application Criteria
A firewall shall be erected between the transformer to protect each one from the effects of fire on another as per TAC guidelines.
Also, if the free distance between the transformer and auxiliary services transformer is less.
9.3 Fire resistance
The firewall shall have a minimum fire resistance of 3 hours. The partitions, which are made to reduce the noise level, shall have the same fire resistance where the partitions are also used as firewalls. The walls of the building, which are used as firewalls, shall also have a minimum fire resistance of 3 hours.
The firewall shall be designed in order to protect against the effect of radiant heat and flying debris from an adjacent fire.
9.4 Mechanical resistance
The firewall shall have the mechanical resistance to withstand local atmospheric conditions. If this wall shall serve as a support for equipment such as insulators, etc., its mechanical rigidity must be increased. Connecting the walls by steel or other structures, which may produce a reversing torque if overheated, shall be avoided.
9.5 Dimensions
The firewall shall extend at least 2 m on each side of the transformer and at least 1 m above the conservator tank or safety vent.
These dimensions might be reduced in special cases, and if T AC permits so, where there is lack of space. A minimum of 2 meter clearance shall be provided between the equipments e.g., transformer and fire walls.
The building walls, which act as firewalls, shall extend at least 1 m above the roof in order to protect it.
9.6 Materials
The firewall may be made of reinforced concrete (M-20 grade), as per the system requirements. Materials used must conform to the standards of the National Fire Prevention Association and T AC norms.
10.0 CABLE AND PIPE TRENCHES
1. The cable trenches and precast removable RCC cover (with lifting arrangement)
2. The cable trench wall shall be designed for the following loads.
i) Dead load of 155 Kg/m length of cable support + 75 Kg on one tier at the end.
ii) Triangular earth pressure + uniform surcharge pressure of 2 T/m2.
3. Cable trench covers shall be designed for self-weight of top slab + UDL of 2000 Kg/ m2 + concentrated load
of 200 Kg at centre of span on each panel.
4. Cable trench crossing the road/rails shall be designed for class AA. Loading of IRC/relevant IS Code and should be checked for transformer loading.
5. Trenches shall be drained. Necessary sumps be constructed and sump pumps if necessary shall be supplied. Cable trenches shall not be used as storm water drains.
6. The top of trenches shall be kept at least 100 mm above the finished ground level. The top of cable trench shall be such that the surface rainwater does not enter the trench.
CGM(PP&D), APDCL’s Samaguri bid document Page 64
7. All metal parts inside the trench shall be connected to the earthing system.
8. Cables from trench to equipments shall run in hard conduit pipes.
9. Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.
10. The trench bed shall have a slope of 1/500 along the run and 1/250 perpendicular to the run.
11. All the construction joints of cable trenches i.e., between base slab to base slab and the junction of vertical wall to base slab as well as from vertical wall to wall and all the expansion joints shall be provided with approved quality PVC water stops of approx. 230 x 5 mm size for those sections where the ground water table is expected to rise above the junction of base slab and vertical wall of cable trenches.
12. Cable trenches shall be blocked at the ends if required with brick masonry in cement sand mortar 1:6 and plaster with 12 mm thick 1:6 cement sand mortar.
13. Cable trenches shall be provided with suitable hangers to support the running cables.
12.0 FOUNDATION I RCC CONSTRUCTION
12.1 General
1. Work covered under this Clause of the Specification comprises the design and construction of foundations and other RCC constructions for switchyard structures, equipment supports, trenches, drains, jacking pad, control cubicles, bus supports, transformer, marshalling kiosks, auxiliary equipments and systems, buildings, tanks, boundary wall or for any other equipment or service and any other foundation required to complete the work. This clause is as well applicable to the other ECC constructions.
2. Concrete shall conform to the requirements mentioned in IS: 456 and all the tests shall be conducted as per relevant Indian Standard Codes as mentioned in Standard field quality plan appended with the specification.
A minimum grade of M20 concrete (1:5:3 mix) shall be used for all structural/load bearing members as per latest IS 456.
3. If the site is sloppy, the foundation height will be adjusted to maintain the exact level of the top of structures to compensate such slopes.
4. The switchyard foundation's plinths and building plinths shall be minimum 300 mm and 500 mm above finished ground level respectively.
5. Minimum 75 mm thick lean concrete (1:4:8) shall be provided below all underground structures, foundations, trenches, etc., to provide a base for construction.
6. Concrete made with Portland slag cement shall be carefully cured and special importance shall be given during the placing of concrete and removal of shuttering.
7. The design and detailing of foundations shall be done based on the approved soil data and sub-soil conditions as well as for all possible critical loads and the combinations thereof. The Spread footings foundation or pile foundation as may be required based on soil/sub-soil conditions and superimposed loads shall be provided.
8. If pile foundations are adopted, the same shall be case-in-situ driven/bored or precast or under-reamed type as per relevant parts of IS Code 2911. Only RCC piles shall be provided. Suitability of the adopted pile foundations shall be justified by way of full design calculations. Detailed design calculations shall be submitted by the bidder showing complete details of piles/pile groups proposed to be used. Necessary initial load test shall also be carried out by the 'bidder at their cost to establish the piles design capacity. Only after the design capacity of piles has been established, the Contractor shall take up the job of piling. Routine tests fro the piles shall also be conducted. All the work (design & testing) shall be planned in such a way that these shall not cause any delay in project completion.
12.2 Design
All foundation shall be of reinforced cement concrete. The design and construction of RCC structures shall be carried out as per IS: 456 and minimum grade of concrete shall be M-20. Higher grade of concrete than specified above may be used at the discretion of Contractor without any additional financial implication to the Owner.
Limit state method of design shall be adopted unless specified otherwise in the specification.
For detailing of reinforcement IS: 2502 and SP: 34 shall be followed. Cold twisted deformed bars (Fe=415 N/mm2) conforming to IS: 1786 shall be used as reinforcement. However, in specific areas, mild steel (Grade-I) conforming to IS: 432 can also be used. Two layers of reinforcement (on inner and
CGM(PP&D), APDCL’s Samaguri bid document Page 65
outer face) shall be provided for wall and slab sections having thickness of 150 mm and above. Clear cover to reinforcement towards the earth face shall be minimum 40 mm.
RCC water retaining structures like storage tanks, etc., shall be designed as uncracked section in accordance with IS: 3370 (Part I to IV) by working stress method. However, water channels shall be designed as cracked section with limited steel stresses as per IS: 3370 (Part I to IV) by working stress method.
The procedure used for the design of the foundations shall be the most critical loading combination of the steel structure and or equipment and or superstructure and other conditions, which produces the maximum stresses in the foundation or the foundation component and as per the relevant IS Codes of foundation design. Detailed design calculations shall be submitted by the bidder showing complete details of piles/pile groups proposed to be used.
Design shall consider any sub-soil water pressure that may be encountered following relevant standard strictly.
Necessary protection to the foundation work, if required shall be provided to take care of any special requirements for aggressive alkaline soil, black cotton soil or any other type of soil which is detrimental/harmful to the concrete foundations.
RCC columns shall be provided with rigid connection at the base.
All sub-structures shall be checked for sliding and overturning stability during both construction and operating conditions for various combinations of loads. Factors of safety for these cases shall be taken as mentioned in relevant IS Codes or as stipulated elsewhere in the Specifications. For checking against overturning, weight of soil vertically above footing shall be taken and inverted frustum of pyramid of earth on the foundation should not be considered.
Earth pressure for all underground structures shall be calculated using coefficient of earth pressure at rest, co-efficient of active or passive earth pressure (whichever is applicable). However, for the design of substructures of any underground enclosures, earth pressure at rest shall be considered.
ln addition to earth pressure and ground water pressure etc., a surcharge load of 2T/Sq.m shall also be considered for the design of all underground structures including channels, sumps, tanks, trenches, sub-structure of any underground hollow enclosure, etc., for the vehicular traffic in the vicinity of the structure.
Following conditions shall be considered for the design of water tank in pumps house, channels, sumps, trenches and other underground structures:
a) Full water pressure from inside and no earth pressure and ground water pressure and surcharge pressure from outside (application only to structures, which are liable to be filled up with water or any other liquid).
b) Full earth pressure, surcharge pressure and ground water pressure from outside and no water pressure from inside.
c) Design shall also be checked against buoyancy due to the ground water during construction and maintenance stages. Minimum factor of safety of 1.5 against buoyancy shall be ensured ignoring the superimposed loadings.
The foundations shall be proportioned so that the estimated total and differential movements of the foundations are not greater than the movements that the structure or equipment is designed to accommodate.
The foundations of transformer and circuit breaker shall be of block type foundation. Minimum reinforcement shall be governed by IS: 2974 and IS: 456.
The tower and equipment foundations shall be checked for a factor of safety of 2.2 for normal condition and 1.65 for short circuit condition against sliding, overturning and pullout. The same factors shall be used as partial safety factor overloads in limit st1te design also.
13.0 Admixtures & Additives
Only approved admixtures shall be used in the concrete for the Works. When more than one admixture is to be used, each admixture shall be batched in its own, batch and added to the mixing water separately before discharging into the mixer. Admixtures shall be delivered in suitably labeled containers to enable identification.
Admixtures in concrete shall conform to IS: 9103. The water proofing cement additives shall conform to IS: 2645. Owner shall approve concrete Admixtures/Additives.
CGM(PP&D), APDCL’s Samaguri bid document Page 66
The Contractor may propose and the Owner may approve the use of a water-reducing set-retarding admixture in some of the concrete. The use of such an admixture will not be approved to overcome problems associated with inadequate concrete plant capacity or improperly planned placing operations and shall only be approved as an aid to overcoming unusual circumstances and placing conditions.
The water reducing set-retarding admixture shall be an approved brand of Ligno-sulphonate type admixture.
The water proofing cement additives shall be used as required/advised by the owner.
14.0 GATES AND BOUNDARY WALL
The Gate frame shall be made of medium duty MS pipe conforming to relevant IS with welded joints.
The gates shall be fabricated with welded joints to achieve rigid connections. The gate frames shall be painted with one coat of approved steel primmer and two coats of synthetic enamel paint.
Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch and latch catch shall be suitable for attachment and operation of pad lock from either side of gates. Hinges shall permit gates to swing through 180 degree back against fence.
Gates shall be fitted with galvanized chain hook or gate hold back to hold gates open. Double gates shall be fitted with centre rest and drop bolt to secure gates in closed position.
Gates shall be installed in locations shown on drawings. Next to the main gate, a men gate (1.25 m wide, single leaf) shall also be provided.
Bottom of gates shall be set approximately 40 mm above ground surface and necessary guiding mechanism shall be fitted.
The Contractor shall design and& construct boundary wall around substation area as per requirements. The boundary wall shall be of height 3.0M and shall be made of RCC frame construction with RCC column and plinth beam arrangement and panels filled with one brick thick wall in cement sand mortar 1 :6. The boundary wall shall be plastered on both external and internal faces with cement and sand plaster 1:6 of thickness18 mm and 12 mm respectively. An additional barbed Y -shaped arm of M8 angle 50x50x6 with 3-rows (6 nos) barbed wire A-4 18:278. Expansion joints shall be provided as per codal requirements. M8 grating shall be provided at required locations for drainage purposes. The boundary wall shall be painted with minimum two coats of color wash over a base coat of white wash with line. The front portion of boundary wall shall however be with a RC jail and 12 mm square MS bar top above brick work and pebble dash plaster finish with colour pigment. The steel work shall be given two coats of synthetic enamel paint of approved make over one coat of primer. A tentative drawing is enclosed for guidance purpose.
A Security room shall be provided at the entrance of switchyard. The minimum dimension of the room shall be 3.0 m length and 3.0 m width. The roof shall be at RCC and aesthetically pleasing.
15.0 BUILDINGS - GENERAL REQUIREMENTS
15.1 General
The scope include the design, engineering and construction including anti-termite treatment, plinth protection, DPC of Building including sanitary, water supply, electrification, false ceiling etc., of control room building, and DG set building. The buildings shall be of RCC framed structure of concrete of M20 grade (Min.)
15.2 Control Room Building
Control room building of specified area including Assam Type with Dyna roofing with steel tubular truss and RCC post, brick wall (0.0125m thickness) with cement mortar plaster which may be increased at the time of detailed engineering to suit project requirements. The layout of the control room shall be finalized as per detailed engineering to suit project requirements.
An open space of 1 m minimum shall be provided on the periphery of the rows of panel and equipment generally in order to allow easy operator movement and access as well as maintenance.
Any future possibility of annexed building shall be taken care of while finalizing the layout of the control room building.
Minimum head room of 3 M below soffit of beams/false ceiling shall be considered for rooms. The roof shall have four side sloping roof or flat roof as finalized during detailed engineering.
A. Design
a) The buildings shall be designed:
CGM(PP&D), APDCL’s Samaguri bid document Page 67
i. To the requirements of the National Building Code of India, and the standards quoted therein.
ii. For the specified climatic and loading conditions
iii. To adequately suit the requirements of the equipment and apparatus contained in the buildings and in all respects to be compatible with the intended use and occupancy
iv. With a functional and economical space arrangement.
v. For a life expectancy of structure, systems and components not less than that of the equipment, which is contained in the building, provided regular maintenance is carried out
vi. Be aesthetically pleasing. Different buildings shall show a uniformity and consistency in architectural design.
vii. To allow for easy access to equipment and maintenance of the equipment.
viii. With, wherever required, fire retarding materials for walls, ceilings and doors, which would prevent supporting or spreading of fire.
ix. With materials preventing dust accumulation.
b) Suitable expansion joints shall be provided in the longitudinal direction wherever necessary with provision of twin columns.
c) Individual members of the buildings frame shall be designed for the worst combination of forces such as bending moment, axial force, shear force, torsion, etc.
d) Permissible stresses for different load combinations shall be taken as per relevant IS Codes.
e) All cable vaults shall be located above ground levels i.e., cable vaults shall not be provided as basements in the buildings.
f) The building lighting shall be designed in accordance with the requirements.
g) One emergency exit shall be provided in control room building.
B. Design loads
Building structures shall be designed for the most critical combinations of dead loads, super-imposed loads, equipment loads, crane load, wind loads, seismic loads, and temperature loads.
Dead loads shall include the weight of structures complete with finishes, fixtures and partitions and should be taken as per IS: 1911.
Super-imposed loads in different areas shall include live loads, minor equipment loads, cable trays, small pipe racks/hangers and erection, operation and maintenance loads. Equipment loads shall constitute, if applicable, all load of equipments to be supported on the building frame.
For crane loads an impact factor of 30% and lateral crane surge of 10% (lifted weight + trolley) shall be considered in the analysis of frame according to provisions of IS: 875.the horizontal surge shall be 5% of the static wheel load.
The wind loads shall be computed as per IS 875, Seismic Coefficient method shall be used for the seismic analysis as per IS 1893 with importance factor 1.5.
For temperature loading, the total temperature variation shall be considered as 2/3 of the average maximum annual variation in temperature. The average maximum annual variation in temperature for the purpose shall be taken as the difference between the mean of the daily minimum temperature during the coldest month of the year and mean of daily maximum temperature during the hottest month of the year. The structure shall be designed to withstand stresses due to 50% of the total temperature variation.
Wind and Seismic forces shall not be considered shall not be considered to act simultaneously.
Floors/slabs shall be designed to carry loads imposed by equipment, cables piping travel of maintenance trucks and equipment and other loads associated with building. Floors shall be designed for live loads as per relevant IS. Cable and piping loads shall also be considered additionally for floors where these loads are expected.
In addition, beams shall be designed for any incidental point loads to be applied at any point along the beams. The floor loads shall be subject to Owner's approval.
For consideration of loads on structures, IS: 875, the following minimum superimposed live loads shall,
CGM(PP&D), APDCL’s Samaguri bid document Page 68
however, be considered for the design.
a) Roof Assam type Dyna roof with steel tubular trusses b) RCC- Floor i) 5 KN/M
2 For offices
ii) 10 KN/M2
For equipment floors or
( Minimum) actual requirement, if higher than 10 KN/M
2, based on equipment
component weight and layout plans
c) Toilet Room 2 KN/M2
d
) Chequered plate floor 4 KN/M
2
e) Walkways 3 KN/M
2
Any additional load coming in the structure shall be calculated as per IS: 875.
C. Submission
The following information shall be submitted for review and approval to the Owner:
Design criteria shall comprise the codes and standards used, applicable climatic data including wind loads, earthquake factors maximum and minimum temperatures applicable to the building locations, assumptions of dead and live loads, including equipment loads, impact factors, safety factors and other relevant information.
Structural design calculations and drawing (including constructions / fabrication) for all reinforced concrete and structural steel structures.
Fully, dimensioned concept plan including floor plans, cross-sections, longitudinal sections, elevations and perspective view of each building. These drawings shall be drawn at a scale not smaller than 1 :50 and shall identify the major building components.
Fully dimensioned drawings showing details and sections drawn to scales of sufficient size to clearly show sizes and configuration of the building components and the relationship between them.
Product information of building components and materials, including walls partitions flooring ceiling, roofing, door and windows and building finishes.
A detailed schedule of building finishes including color schemes.
A door and window schedule showing door types and locations, door lock sets and latch and other door hardware.
Approval of the above information shall be obtained before ordering materials or starting fabrication or construction as applicable.
D. Finish Schedule
The finishing schedule is given in subsequent clauses.
E. Flooring
Flooring in various rooms of control room building shall be as for detailed schedules given in Table-1.
F. Walls
Control room buildings shall be of framed superstructure. All walls shall be non-load bearing walls. Min. thickness of external walls shall be 230 mm (One brick) with 1:5 cement sand mortar.
G. Plastering
All internal walls shall have minimum 15 mm thick 1:5 cement sand plaster.
H. Ceiling:
The ceiling shall be of A.C. building board having 4mm thickness fitted on MS T –sections with painting (1 coat primer & 2 coat paint ).
I. Finishing
All external surfaces shall have 18 mm cement plaster in two coats, under layer 12 mm thick cement plaster 1:5 and finished with a top layer 6 mm thick cement plaster 1:6 (DSR (13.19) with water proofing compound. The paint shall be anti-fungal quality of reputed brand suitable for masonry surfaces for high rainfall zone.
White cement primer shall be used as per manufacturer's recommendation.
CGM(PP&D), APDCL’s Samaguri bid document Page 69
INTERNAL FINISH SCHEDULE IS GIVEN TABLE - 1
SI No. Location
Flooring & Skirting 150 mm High
Wall Internal Ceiling Doors, Windows Ventilators
1. Control Room &
Relay room
Homogeneous PVC /Verified tiles 2 mm thick over 25 mm thick 1 :2:4 under bed neat cement finished flooring
Plastic 7.3 mm thick ceramic tiles (DSR 11.41 A.2.1)
False Ceiling & Under deck insulation
Anodized aluminum indal or equivalent extruded sections as per IS 733 & 1285 Glazing Flat (DSR 97-11.64.2 drawn sheet & 11.4.1) glass (Min 5.5 mm thick) double glazing with 12 mm gap hermetically sealed. (DSR097, 24.1, 24.3, 24.4
2.
Sub-Station in- charge, officers, corridor, staff,
rooms
Vitrified Terrazzo tiles with white cement (DSR-97) (11.29 A.1)
Oil bound plastic paint washable distemper on smooth surface applied with POP putty
False ceiling & under deck insulation
Teak wood frame flush doors shutter (DSR 97 9.1.3 & 9.4 A.2.2) Windows, Ventilators Aluminium as at 1.
(DSR-97) (11.48.1) Smooth surface applied with POP putty. For entrance with glazing
3. Battery room
Acid Resistant Tiles 25 mm thick (DSR 9711.36 C 12)
DADO acid resistant title 2.1 M high Acid resistant paint above 2.1 M high acid resistant paint above 2.1 m up to ceiling (DSR 97.11.36 C 2.2) & 13.96.1)
Acid resistant paint (DSR 97
1372.1)
Steel door 45 mm thick double sheet 18 G steel suitably reinforced and filled with mineral wool. Hot rolled steel framed glazed window and ventilators.
4. Cable vault double sheet (if required)
IPS flooring (DSR 97 11.4.3)
Oil bound distemper White wash (DSR 97 13.72.1)
White wash Steel door double sheet as above. Ventilators as at 5.
5. Toilet
Non-solid/ vitrified Terrazzo tiles with White cement (DSR97,11.29a.1)
DADO glazed tile 2.1 M high for toilet for pantry above working platform up to 750 mm (DSR 97 11.36B)
White wash Weather coat
Teak wood frame flush door shutter with anodized Aluminum fixtures best quality (DSR 97 9.1.3 & 9.4 a 2) Windows, ventilators aluminum as at 1.
6. Other areas not
specified Vitrified Terrazzo tiles with white cement (DSR 97 29 A.1)
Plastic/O.B. distemper Dry distemper (DSR 97.13.75)
White wash
Note : DSR item references to be read with CPWD specifications are only for material and workmanship
guidance of the Contractor.
J. Glazing
Minimum thickness of glazing shall be 5.5 mm as per IS:2835 sun film shall be provided for all window/doors of AC rooms.
K. Doors and Windows
The details of doors and windows of the control room building shall be as per finish schedule Table-1 and tender drawing with the relevant IS, code. Rolling steel shutters and rolling steel grills shall be provided as per layout and requirement of buildings. Paints used in the work shall be of best quality specified in CPWD specification.
L. Plumbing & Sanitation
i) All plumbing and sanitation shall be executed to comply with the requirements of the appropriate bye-laws, rules an regulations of the Local Authority having jurisdiction over such matters. The Contractor shall arrange for all necessary formalities to be met in regard to inspection, testing, obtaining approval and giving notices etc.
ii) PVC syntax or equivalent make Roof water tank of adequate capacity depending on the number of users for 24 hours storage shall be provided. Minimum 2 Nos 500 litres capacity shall be provided.
iii) Galvanized MS pipe of medium class conforming to IS: 1239 shall be used for internal & external piping work for potable water supply.
CGM(PP&D), APDCL’s Samaguri bid document Page 70
iv) Sand CI pipes with lead joints conforming to IS:1729 shall be used for sanitary works above ground level.
v) Each toilet shall have the following minimum fittings. a) WC (Western type) 390 mm high with toilet paper roll holder and all fittings or WC (Indian Type) Orissa
Pattern (580 x 440 mill) with all fittings. (Both types of WCs shall be provided at alternate locations) b) Urinal (430 x 260 x 350 mm size) with all fittings. c) Wash basin (550 x 400 mm size) with all fittings. d) Bathroom mirror (600 x 450 x 6 mm thick) hard board backing. e) CP brass towel rail (600 x 20 mm) with CP brass brackets. f) Soap holder and liquid soap dispenser.
vi) Water cooler for drinking water with adequate water storage facility shall be provided and located near control room instead of near toilet block.
vii) An Eye & [ace fountain conforming to IS:1052 shall be provided for battery room .
viii) 1 No. stainless steel kitchen sink with Drain board (510 x 1040 x 178 mm bowl depth) for pantry shall be provided.
ix) All fittings, fastener, grating shall be chromium plated.
x) All sanitary fixtures and fittings shall be of approved quality and type manufactured by well known manufacturers. All items brought to site must bear identification marks of the type of the manufacturer.
xi) Soil, waste and drain pipes, for underground works shall be stone ware for areas not subject to traffic load. Heavy-duty cast iron pipes shall be used otherwise.
16.0 SECURITY FENCING
Security fencing shall be provided for 1.5 meter above the ground at the switchyard.
Security fencing shall be provided with barbed wire mesh of 5 rows connected with the PSC poles at
2 meters interval.
17.0 MISCELLANEOUS GENERAL REQUIREMENTS
i) Dense concrete with controlled water cement ratio as per IS-code shall be used for all underground concrete structures such as pump-house, tanks, water retaining structures, cable and pipe trenches etc. for achieving water tightness.
ii) All joints including construction and expansion joints for the water retaining structures shall be made water tight by using PVC ribbed water stops with central bulb. However, kicker type (externally placed) PVC water stops shall be used for the base slab and in other areas where it is required to facilitate concreting. The minimum thickness of PVC water stops shall be 5 mm and minimum width shall be 230 mm.
iii) All steel sections and fabricated structures which are required to be transported on sea shall be provided with anti corrosive paint to take care of sea worthiness.
iv) All mild steel parts used in the water retaining structures shall be hot-double dip galvanized. The minimum coating of the zinc shall be 750 gm/sq. m for galvanized structures and shall comply with IS:2629 and IS:2633. Galvanizing shall be checked and tested in accordance with 18:2633.The galvanizing shall be followed by the application of an etching primer and dipping in black bitumen in accordance with B8:3416.
v) A screed concrete layer not less than 100 mm thick and of grade not weaker than M10 conforming to IS:456-1978 shall be provided below all water retaining structures. A sliding layer of bitumen paper or craft paper shall be provided over the screed layer to destroy the bond between the screed and the base slab concrete of the water retaining structures.
vi) Bricks having minimum 75 kg/cm2 compressive strength can only be used for masonry work. Contractor
shall ascertain himself at site regarding the availability of bricks of minimum 75 kg/cm2 compressive
strength before submitting his offer.
vii) Doors and windows on external walls of the building (other than areas provided, with insulated metal claddings) shall be provided with RCC sun-shade over the openings with 3000 mm projection on either side of the openings. Projection of sunshade from the wall shall be minimum 450 mm over window openings and 750 mm over door openings.
viii) All stairs shall have maximum riser height of 150 mm and a minimum tread width of 300 mm. Minimum width of stairs shall be 1500 mm. Service ladder shall be provided for access to all roofs. RCC fire escape staircase shall be provided in control buildings.
CGM(PP&D), APDCL’s Samaguri bid document Page 71
ix) Angles 50 x 50 x 6 mm (minimum) with lugs shall be provided for edge protection all round cut outs/openings in floor slab, edges of drains supporting grating covers, edges of RCC cable/pipe trenches supporting covers, edges of manholes supporting covers, supporting edges of manhole precast cover and any other place where breakage of corners of concrete is expected.
x) Anti termite chemical treatment shall be given to column pits, wall trenches, foundations of buildings, filling below the floors etc. as per IS:6313 and other relevant Indian Standards.
xi) Hand-railing minimum 900 mm high shall be provided around all floor/roof openings, projections/balconies, walk ways, platforms, steel stairs etc. All handrails and ladder pipes shall be 32 mm nominal bore MS pipes (medium class) and shall be galvanized (medium-class as per IS:277). All rungs for ladder shall also be galvanized as per IS:277 medium classes.
For RCC stairs, hand railing with 20 mm square MS bars, balustrades with suitable MS flats shall be provided with black PVC sheathing.
xii) For all civil works covered under this specification, nominal mix by volume batching as per CPWD specification is intended. The relationship of grade of concrete and ratio of ingredients shall be as below:
Sl. No.
Mix Cement Sand Coarse Aggregate of 20 mm Down Grade as per IS 383
1. M 10 1 3 6
2. M 15 1 2 4
3. M 20 1 1.5 3
The material specification, workmanship and acceptance criteria shall be as per relevant clauses of CPWD specification and approved standard Field Quality Plan.
xiii) The details given in tender drawings shall be considered along with details available in this section of the specification while deciding various components of the building.
xiv) Items/components of buildings not explicitly covered in the specification but required for completion of the project shall be deemed to be included in the scope.
18.0 INTERFACING
The proper coordination & execution of all interfacing civil works activities like fixing of conduits in roofs/walls/floors, fixing of foundation bolts, fixing of lighting fixtures, fixing of supports/embedment, provision of cutouts etc. shall be the sale responsibility of the Contractor. He shall plan all such activities in advance and execute in such a manner that interfacing activities do not become bottlenecks and dismantling, breakage etc. is reduced to minimum.
19.0 WATER SUPPLY
i) Contractor shall make its own arrangement for construction water.
ii) The contractor shall carry out all the plumbing/erection works required for supply of water in control room building.
iii) The details of tanks, pipes, fittings, fixtures etc for water supply are given elsewhere in the specification under respective sections.
iv) A scheme shall be prepared by the contractor indicating the layout and details of water supply which shall be got approved by the Owner before actual start of work including all other incidental items not shown or specified but as may be required for complete performance of the works.
v) Bore wells with Min 100mm dia casing pipe & 1HP submersible pump to get a discharge of at least 1000 Liter/Hr. with zealot make iron removed filter to get iron free water. Water purifier with UV mechanism is to be provided and pumps for water supply are in the scope of contractor meeting the day-to-day requirement of the water supply.
20.0 SEWERAGE SYSTEM
i) Sewerage system shall be provided for control room building.
ii) The contractor shall construct septic tank and soak pit suitable for 20 users.
CGM(PP&D), APDCL’s Samaguri bid document Page 72
iii) The system shall be designed as per relevant IS Codes.
21.0 STATUTORY RULES
i. Contactor shall comply with all the applicable statutory rules pertaining to factories act (as applicable for the State). Fire Safety Rules of Tariff Advisory Committee. Water Act for pollution control etc.
ii. Provisions for fire proof doors, no. of staircases, fire separation wall, plastering on structural members (in fire prone areas) etc. shall be made according to the recommendations of Tariff Advisory Committee.
iii. Statutory clearance and norms of State Pollution Control Board shall be followed as per Water Act for effluent quality from plant.
iv. Requirement of sulphate resistant cement (SRC) for sub-structural works shall be decided in accordance with the Indian Standards based on the findings of the detailed soil investigation to be carried by the bidder.
v. Foundation system adopted by the Bidder shall ensure that relative settlement and other criteria shall be as per provision in IS:1904 and other Indian Standard.
vi. All water retaining structures designed as an un-cracked section shall also be tested for water tightness at full water level in accordance with clause No. 10 of IS:3370 (part-I)
vii. Construction joints shall be as per IS:456
viii. All underground concrete structures like basements, pumps houses, water retaining structures etc. shall have plasticizer cum water proofing cement additive conforming to IS:9103. in addition, limit on permeability as given in IS:2645 shall also be met with. The concrete surface of these structures in contact with earth shall also be provided with two coats of bituminous painting for water/damp proofing. In case of water leakage in the above structures, Injection Method shall be applied for requiring the leakage.
CGM(PP&D), APDCL’s Samaguri bid document Page 73
6.2 SPECIFICATION FOR DESIGN AND FABRICATION OF SUBSTATION STEEL STRUCTURES
SSCCOOPPEE
The scope of this section covers specifications for fabrication, proto-assembly, supply and erection of galvanised steel structures for towers, girders, lightning masts and equipment support structures. Towers, girders and lightning masts shall be lattice type structure fabricated from structural steel conforming to IS 2062 (latest). All equipment support structures shall be fabricated from GI pipe conforming to YST 22 or of higher grade as per IS 806 except for 132kV and below for which the equipment structure shall be of Lattice Type.
Drawings of towers, beams and equipment support structures for standard 400kV & 220kV structures are enclosed with the tender document. Contractor shall only use these standard drawings for fabrication. Support structure for circuit breaker is not standardized and shall be designed by the Contractor and approved by the Employer. Any other structures of 400kV & 220 kV class, if necessary to complete the substation to complete the work in all respects shall be designed by the contractor.
In case of equipment support structure standardization has been carried out with the provision of stool. Stools shall be provided by the Contractor between the equipment and its support structure to match the bus bar height. The top of stool shall be connected to the equipment and the bottom of the stool shall be connected to the support structure. Details of the stools shall be submitted to Employer for approval.
The scope shall include supply and erection of all types of structures including bolts, nuts, washers, hangers, shackles, clamps ant-climbing devices, bird guards, step bolts, inserts in concrete, gusset plates, equipment mounting bolts, structure earthing bolts, foundation bolts, spring washers, fixing plates, ground mounted marshalling boxes (AC/DC Marshalling box & equipment control cabinets), structure mounted marshalling boxes and any other items as required to complete the job.
The connection of all structures to their foundations shall be by base plates and embedded anchor/foundation bolts. All steel structures and anchor/foundation bolts shall be fully galvanized. The weight of the zinc coating shall be at least 0.610 kg/m2 for anchor bolts / foundation bolts and for structural members. One additional nut shall be provided below the base plate which may be used for the purpose of levelling.
Suitable modification shall be carried out in the drawings of equipment support structures by the Contractor in order to suit fixation of accessories such as marshalling boxes, MOM boxes, Control Cabinets, Junction box, surge counter, etc. in the standard structure fabrication drawings. Drawings of fixing of such accessories shall be submitted by the Contractor for approval. DESIGN REQUIREMENTS FOR STRUCTURES
This clause and sub-clauses shall be referred only for structures for which design is in the scope of Contractor. For design of steel structures loads such as dead loads, live loads, wind loads etc. shall be based on IS:875,Parts I to V.
For materials and permissible stresses IS:802, Part-I, Section-2 shall be followed in general. However, additional requirements given in following paragraphs shall be also considered. Minimum thickness of galvanized tower member shall be as follows:
ITEM Minimum thickness in mm
Leg members, Ground wire Peak members/ other load carrying members 5
Redundant members 4
Maximum slenderness ratios for leg members, other stressed members and redundant members for compression force shall be as per IS-802.
Minimum distance from hole centre to edge shall be 1.5 x bolt diameter. Minimum distance between centre to centre of holes shall be 2.5 x bolt diameter.
All bolts shall be M16 or higher as per design requirement. In order to facilitate inspection and maintenance, the structures shall be provided with climbing devices. Each tower shall be provided with M16 step bolts 175mm long spaced not more than 450mm apart, staggered on faces on one leg extending from about 0.5 meters above ground level to the top of the tower. The step bolt shall conform to IS: 10238. Ladders along with safety guard shall be provided for the Lightening Mast Tower. Design Parameters
Switchyard structures such as columns, beams and equipment mounting structures shall be designed as per IS 802 but for loading combinations specified hereunder. Computation of wind loading on structural members, conductors, insulators, etc and other parameters shall be as specified in IS 802 except otherwise specified in this Specification.
The switchyard structures shall be designed for following loads considered acting simultaneously: i. Wire tension
ii. Wind Load
iii. Short Circuit Forces
iv. Weight of supported wires, insulators, equipment etc and self-weight of structures.
An additional load of 3000 N shall be considered acting for weight of lineman and tools. For beams this 3000 N load shall be considered acting at middle of the beam.
CGM(PP&D), APDCL’s Samaguri bid document Page 74
The design shall be checked for following two loading conditions: The design shall be checked for following two loading conditions: (A) Normal Conditions (all wires intact)
Under this condition, the loads shall be taken as under: i. Wire Tension:- Maximum Wire tension as specified. ii. Wind Load:- Loads due to 100% Design Wind Pressure (after accounting for drag coefficient and gust factor)
on structures, wires, insulators, equipment etc. iii. Short Circuit Forces: Loading due to a 3 phase short circuit current of 40 kA, 31.5 kA and 25 kA shall be
considered for 220 KV,132 kV and 66 kV & 33 kV respectively subject to minimum of 10% of maximum wire tension as considered in (i) above.
iv. Dead Weight:- All dead loads mentioned in Clause (iv) shall be considered. Conductor and shield wire weight shall be calculated using spans as per Clause 3.3.6.
(B) Broken Wire Condition Under this condition design shall be checked with all wires broken on one side and load shall be as under:
i. Wire Tension:- Wire tension for intact wires shall be taken as 100% of Clause 3.3.3 (A) (i). For broken wires it shall be taken as zero.
ii. Wind Load:-Same wind load as calculated in Clause 3.3.3 (A) (ii) shall be considered. iii. Short Circuit Forces:- Short circuit forces shall be considered only for intact wires. iv. Dead Weight: - Same dead load as calculated in Clause 3.3.3 (A) (iv) shall be considered.
Design Wind Pressure The Design Wind pressure for the purpose of this Specification shall be taken as 793 N/m
2. This wind pressure
corresponds to Terrain Category 2 and Reliability Level 1 as per IS 802 (Part 1/Section 1). Wire Tensions For design purpose tension in each power and shield wires shall be taken as under For Power Conductors
400/220 kV Switchyard 10000 N for each conductor between Line gantry and Dead End Tower of Transmission Line
8000 N for each Bus Bar conductor and other jumpers/jack buses
132 kV, 66 kV and 33 kV 8000 N for each conductors between Line switchyard. gantries and Dead End Tower of Transmission Line
6000 N for each Bus Bar conductor and other jumpers/jack buses.
For Shield Wires 220 KV,132 kV, 66 kV and 33 kV Switchyard
6000 N for shield wire between Line gantry and Dead End Tower of Transmission Line
5000 N for shield wires at other Location.
Note: Structures with earth peak shall assume to have two earth wires for design purpose in broken wire condition. Spans Following Spans shall be considered in design of all structures as applicable:- Line gantries (structures to terminate lines):
(i) For 400, 220, 132, and 66 KV Switchyard: 200 Meter, wind span
150 Meter, weight span
(ii) For 33 KV Switchyard: 75 Meter, wind & weight span. All other Structures
(i) For 400 KV Switchyard: 75 Meter, wind & weight span
(ii) For 220 KV Switchyard: 75 Meter, wind & weight span
(iii) For 132 KV Switchyard: 50 Meter, wind & weight span
(iv) For 33 KV Switchyard: 20 Meter, wind & weight span. Deviation Angle The design of line gantries shall only be checked for a maximum deviation angle of 30
0 from normal at center of
gantries to Dead End Tower. Conductors and Shield Wires A) Following sizes of power conductors if not otherwise specified in the drawings, shall be used for design of structures: For 400 kV switchyard:- As indicated in layout drawings. For 220 kV switchyard:-
CGM(PP&D), APDCL’s Samaguri bid document Page 75
(i) ACSR ‘ZEBRA’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two segregated Main Bus Bars.
(ii) ACSR ‘ZEBRA’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations including line gantry to Dead End tower of Transmission lines.
For 132 kV switchyard:- (i) ACSR ‘PANTHER’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two
segregated Main Bus Bars. (ii) ACSR ‘PANTHER’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations
including line gantry to Dead End tower of Transmission lines. For 33 kV switchyard:- (i) ACSR ‘PANTHER’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two
segregated Main Bus Bars. (ii) ACSR ‘PANTHER’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations
including line gantry to Dead End tower of Transmission lines. B) For protection against direct lightning G.I. wires of size 7/3.66 mm conforming to IS 2241 shall be considered for all switch yards. DESIGN DRAWINGS AND DOCUMENTS FOR STANDARD STRUCTURES Standard 400/220/132 kV class towers and girders and 400/220 kV class equipment mounting structure drawings including Bill of Material is supplied with the Bidding Document and based on which prices of structures shall be quoted and subsequently supplied. Contractor shall however not be relieved of his responsibility for the safety of the structure and good connections and any loss or damage occurring due to defective fabrication, erection or workmanship shall be borne by the Contractor. FOR STRUCTURES DESIGNED BY CONTRACTOR The Contractor shall furnish design, drawing and Bill of Materials and shop manufacturing drawings for every member to the Employer for approval after award of the Contract. The design drawing should indicate not only profile, but section, numbers and sizes of bolts and details of typical joints. In case Employer feels that any design drawing, BOM are to be modified even after its approval, Contractor shall modify the designs & drawings and resubmit the design drawing, BOM as required in the specification. The fabrication drawings to be prepared and furnished by the Contractor shall be based on the design approved by the Employer. These fabrication drawings shall indicate complete details of fabrication and erection including all erection splicing details and typical fabrication splicing details, lacing details, weld sizes and lengths. Bolt details and all customary details in accordance with standard structural engineering practice whether or not given by the Employer. The fabrication drawings shall be submitted to the Employer. Proto shall be made only after approval of fabrication drawings. Such approval shall, however, not relieve the Contractor of his responsibility for the safety of the structure and good connections and any loss or damage occurring due to defective fabrication, design or workmanship shall be borne by the Contractor. The Mass fabrication work shall start only after the final approval to the proto corrected Fabrication drawing is accorded by the Employer. FABRICATION The fabrication of substation steel structures shall be in conformity with the following: Except where hereinafter modified, details of fabrication shall conform to IS: 802 (Part-II) or the relevant international standards. The tower structures shall be accurately fabricated to connect together easily at site without any undue strain on the bolts. No angle member shall have the two leg flanges brought together by closing the angle. The diameter of the hole shall be equal to the diameter of bolt plus 1.5mm. The structure shall be designed so that all parts shall be accessible for inspection and cleaning. Drain holes shall be provided at all points where pockets of depression are likely to hold water. All identical parts shall be made strictly inter-changeable. All steel sections before any work are done on them shall be carefully levelled, straightened and made true to detailed drawings by methods which will not injure the materials so that when assembled, the adjacent matching surfaces are in close contact throughout. No rough edges shall be permitted in the entire structure. Drilling and Punching Before any cutting work is started, all steel sections shall be carefully strengthened and trued by pressure and not by hammering. They shall again be trued after being punched and drilled. Holes for bolts shall be' drilled or punched with a jig but drilled holes shall he preferred. The punching may be adopted for thickness up to 16mm. Tolerances regarding punch holes are as follows: Holes must be perfectly circular and no tolerances in this respect are permissible.
CGM(PP&D), APDCL’s Samaguri bid document Page 76
The maximum allowable difference in diameter of the holes on the two sides of plates or angle is 0.8mm. i.e. the allowable taper in a punched holes should not exceed 0.8 mm on diameter. Holes must be square with the plates or angles and have their walls parallel. All burrs left by drills or punch shall be removed completely. When the tower members are in position the holes shall be truly opposite to each other. Drilling or reaming to enlarge holes shall not be permitted. Erection mark Each individual member shall have erection mark conforming to the component number given to it in the fabrication drawings. The mark shall be marked with marking dies of 16mm size before galvanizing and shall be legible after galvanizing, FOUNDATION BOLTS Foundation bolts for the towers and equipment supporting structures and elsewhere shall be embedded in first stage concrete while the foundation is cast. The Contractor shall ensure the proper alignment of these bolts to match the holes in the base plate. The Contractor shall be responsible for the correct alignment and levelling of all steel work on site to ensure that the towers/structures are plumb. All foundation bolts for lattice structure, pipe structure are to be supplied by the Contractor. All foundation bolts shall be fully galvanised so as to achieve 0.61 kg. per Sq.m. of Zinc Coating as per specifications. All foundation bolts shall conform to IS 5624 but the material, however shall be MS conforming to IS: 2062. GALVANIZING AND PAINTING Galvanising of the various members of the structures shall be done only after all works of sawing, shearing, drilling, filing, bending and matching are completed. Galvanising shall be done by the hot dip process as recommended in IS: 2629 or other such authoritative international standards and shall produce a smooth, clean and uniform coating of not less than 610 gm per square meter. The preparation for galvanising and the galvanising process itself must not affect adversely the mechanical properties of the treated materials. All assembly bolts shall be thoroughly hot dip galvanized after threading. Threads shall be of a depth sufficient to allow for the galvanized coating, which must not be excessive at the root of the threads, so that the nut shall turn easily on the completed bolts without excessive looseness. The nut threads shall not be galvanized, but oiled only. The outside surface shall be galvanised. Sample of galvanised materials shall be supplied to the galvanising test set out in IS 729 or other such authoritative international standards. EARTHING To keep provision in the structures for earthing, holes shall be drilled on two diagonally opposite legs of the towers/columns/mounting structures. The holes shall be suitable for bolting GI strips of size mentioned elsewhere in this specification and shall be such that the lower hole is about 350 mm above the ground level, clear of the concrete muffing, for connecting the earthing strip. TEST AND TEST CERTIFICATE Each consignment ready for transportation shall be offered to ASEB for inspection before dispatch giving a minimum time of not less than 30 days. Samples of fabricated structure materials shall be subjected to following tests: - Steel: The structural steel shall conform to IS 226 and IS 8500, BS 4360-1068 or ISO / R 630 other such authoritative international standards. Manufacturer's test certificate shall be submitted for all used steel. Galvanising: The galvanising shall be as per IS 2633 or BS 729 other such authoritative international standards. Zinc coating over the galvanised surfaces shall not be less than 610 gm per square meter. Bolts and nuts: Manufacturer's test certificate as per standard practice shall be submitted. Test at Contractor's Premises
The contractor shall fabricate one specimen structure of each type as soon as possible after placement of order and before starting the bulk fabrication of the structures ordered. It shall be assembled on a foundation as nearly similar as practicable to site and tested with suitable test loads as per specified broken wire condition, multiplied by the corresponding factor of safety to ensure that the design and fabrication complies with the requirements. Each structure shall be capable of withstanding the above-mentioned tests without any injury or any permanent deflection at any part. If any member is found to be weak or damaged the design should be suitably modified and the tower re-tested. After the first lot of the structures manufactured, the members forming one structure of each type shall be selected at random from the lots of similar member and assembled in exactly the same manner as to be done at site. The structure then shall be set on foundation as nearly similar as practicable to site and tested with equivalent test load for which the structure has been designed. No structure or any member thereof, which failed under the test shall be supplied. MODE OF MEASUREMENT The measurement of all lattice and pipe structures for towers, beams, equipment support structure etc. shall be made in numbers for each type of structures. This will include foundation bolts and nuts and therefore no separate payment shall be made for the same. The unit rate quoted for each type of structure shall be inclusive of supply, fabrication, galvanizing, erection, nuts, bolts, wastages etc. complete. Nothing extra shall be payable for substitution necessitated due to non-availability of sections indicated in the standard drawing. Nothing extra shall be payable for modifications or steel added to suit the contractors fixing arrangements for accessories etc.
CGM(PP&D), APDCL’s Samaguri bid document Page 77
TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF NEW AND R&M & AUGMENTATION OF 33/11 KV SUBSTATION
A. SCOPE OF WORK:
1. Design, engineering, manufacture, assembly, inspection, testing at manufacturer’s works before
dispatch, packing, supply, delivery at site, subsequent storage, erection and commissioning at site
including insurance during transit and storage of all equipments & materials, structures, associated
equipments/materials, construction of control roam with sanitary, safety tank water supply& internal
illumination, door & windows inclusive of materials & labours ec,, approach road, wall, security
fencing, gate, switchyard lighting, water supply.
2. Design of substation and its associated electrical and mechanical auxiliaries system including
preparation of single line diagram and electrical layout, erection key diagram, electrical and physical
clearance diagram, design calculation for earth mat, direct stroke lighting protection(DSLP), Bus Bar&
spacers, control & protection schematics, wiring and terminal schedules, metering system of 33 KV &
11 KV side civil design and drawing, design of fire fighting, indoor and outdoor lighting/ illumination
schedules and other relevant drawing and documents required for engineering of all facilities within
the fencing to be provided under this contract are cover the scope of the contractor.
3. Rout survey for 33 KV & 11 KV line should be done in co-ordination with field officer. Details survey to
be submitted through concern DGM to CGM(PP&D), APDCL for necessary approval before execution
of work.
4. The contractor also been responsible for the overall co-ordination with internal/external agencies,
project management, training of Owner’s manpower, erection, loading, unloading, moving of final
destination of required equipments and materials for successful erection , testing and commissioning
of substation, lines in all respect.
5. The contractor shall be responsible for developing the design and drawing of foundation and
structures and to obtain the approval for the same from CGM(PP&D), APDCL.
6. The responsible for carrying out pre-commissioning tests and shall responsible for carrying out
commissioning test arranging the necessary T&P and test equipment.
7. No equipments & materials shall be dispatched from factory of manufacturer before it has been
satisfactorily inspected & tested by APDCL unless the inspection is waived off by the owner in
writing.
8. The contractor shall inform in advance of time regarding progress of manufacturing of materials/
equipments in their various stages so that arrangement could be made.
9. The materials for final inspection shall be offer by contractor and owner shall select sample at random
form the lot and carry acceptance test.
10. The acceptance of any quantity of materials shall be no way relieve the contractor of his responsibility
for meeting all the requirement of the specification and shall not prevent subsequent rejection, if such
materials are later found defective.
B. CLIMATIC CONDITION:
The climatic and isokeraunic condition at site under which the equipments shall operate satisfactorily are as
follows
a) Maximum ambient temperature : 400
C
b) Maximum average daily temperature: 350
C
c) Maximum average yearly temperature : 300
C
d) Minimum average temperature : 20
C
e) Maximum humidity : 93 %
f) Average annual rainfall : 2280 mm
g) Average number of rainy days : 150 days
h) Number of months of tropical monsoon per annum : 5 month ( May to Sept)
i) Isokeraunic level : 60
j) Altitude : 1000 M above MSL
k) Seismic Zone: V (seismic intensity-very severe, Zone factor( Z) =0.36)
CGM(PP&D), APDCL’s Samaguri bid document Page 78
C. Electrical Works:
A. The detailed scope of work is brought out in subsequent clauses of this section.
B. Design, engineering, manufacture, testing, supply on FOR destination site basis, transportation,
storage, erection, insurance, testing and commissioning of following items at above mentioned 33/11 kV
substations wherever required.
a) 33 kV and 11 kV circuit breakers/ auto recloser( locally & remotely operable (having capability of taking
care of OC,EF,WT, BT , differential protection data transfer & metering ), isolators, current
transformers, voltage transformers, surge arrestors. 33KV and 11KV Control & Relay panel,
insulator , conductors, Etc.
b) 1 No. of 100 kVA, 11 I 0.433 kV auxiliary transformers per 33/11 kV substation.
c) Complete indication, control, relay and protection system of the substation.
d) For indoor 33 KV & 11 kV system, 33KV & 11KV C&R panel, 11 KV indoor panel with draw out type
Vacuum circuit breaker , current transformers, 11 KV/110 V bus PT and protective relaying for 11
kV lines, incomer ( 33/11 kV transformer) and 110 V, -/5 A Static Electronic Trivector meter, MW meter,
voltmeter, frequency meter Etc..
e) L T switchgear (AC/ DC distribution boards).
f) 110 V, 100 AH lead acid battery bank along with battery chargers.
g) 1.1 kV grade, armoured, 7 core 4 Sq.mm copper cable for power and 4 core, 2.5 Sq. mm , 2 core , 2.5
sqmm copper cable for control along with complete accessories.
h) Indoor Vacuum circuit breakers are proposed in the control room, 11 KV XLPE cable of suitable size
shall be laid from LV side of power transformer to indoor VCB through cable ducts. Similarly 11 KV
XLPE cable of suitable size shall be laid through cable ducts from indoor VCB to 11 KV feeders in
the outdoor yard.
i) Contractor has to design all the switchyard structures, prepare foundation drawing and submit the same
for approval. All switchyard structures should be G.I.
j) Bus post insulators, insulator strings and hardware, clamps and connectors, AAAC Wolf/panther strung
bus, 50X10mm and 50X6 mm earth mat and risers, cast iron earth pipes 8mm inner dia. 2.4 mtrs
long/GI pipe of 50mm dia. 3 mtr long. Cable supporting angles/ channels, cable trays and covers,
sag compensating springs, junction box, buried cable trenches etc.
l) Receipt, erection, testing and commissioning of 33/11 kV transformers to be supplied by the APDCL.
C. The payment shall be based on actual quantity and unit rates quoted in the BPS. The scope includes
supply and erection of necessary cable joints and termination, for which the unit rates quoted, shall be
applicable.
D. Civil works - The work shall include but not limited to the following:
a) Soil investigation
b) Foundation for 33/11 kV transformers along with jacking pads. , Fire wall between power
transformer.
c) Foundation for steel lattice structures, equipments
d) Foundation for lighting poles, marshalling box, panels, control cubicles of equipments
wherever required
e) Cable trenches along with covers and sump pits
f) Cable trench crossings with roads, culverts etc,
g) Stone filling and anti weed treatment of substation area
h) Drainage system in the substation
i) Permanent water supply for control room
j) Substation fencing, gates, security room
CGM(PP&D), APDCL’s Samaguri bid document Page 79
k) Buildings for substation control room
l) Foundation of 100 KVA auxiliary transformer
m) Before proceeding with the construction work of the new substation, the contractor shall fully
familiarize himself with the site conditions and general arrangements and scheme etc. Though
the owner shall endeavour to provide the information, it shall not be binding for the owner to
provide the same. The contractors are advised to visit the substation site and acquaint themselves
with the topography, infrastructure and also the design philosophy. The contractor shall be fully
responsible for providing all equipment, materials, system and services specified or otherwise
which are required to complete the construction and successful commissioning, operation and
maintenance of the substation in all respects.
n) All materials required for the civil works and the contractor shall supply all materials for construction
/ installation work. The contractor shall also supply the cement and steel.
o) The contractor based on conceptual tender drawings shall do the complete design and detailed
engineering.
E. Miscellaneous items
The following items of work are also to be covered under this specification:
a) 11/0.433 (100KVA) transformers
b) Fire wall between transformers, as required
c) Any other items not specifically mentioned in the specification but which are required for erection,
testing and commissioning and satisfactory operation of the substation are deemed to be included in
the scope of the specification unless specifically excluded.
d) Wherever word "purchaser" or "employer" appears in this section and other sections enclosed with this
section, the same shall be read as "Owner".
e) Owner / purchaser / employer is having Technical Specification for various equipments and works for
different voltage levels. This Technical Specification shall accordingly be applicable to the extent of the
item, which are specified in BPS along with all accessories, assemblies components, parts, etc.
associated with them.
F. PHYSICAL AND OTHER PARAMETERS
Meteorological - Data
The meteorological data of the substations shall be provided to the successful bidder. However for design
purposes, ambient temperature should be considered as 50°C and relative humidity as 100 %, 5 months of
monsoon, annual rainfall up to 2280 mm, lightening prone area with average 40 thunder storms per annum,
height above mean sea Level shall be taken as up to 1000 meter.
Soil Data
The contractor shall be responsible for carrying out the required tests and should fully satisfy himself about·
the nature of soil expected to be encountered prior to the submission of bid. Any variation of soil data during
detailed engineering or construction stage shall not constitute a valid reason in affecting the terms and
conditions of the bid.
G. SCHEDULE OF QUANTITIES.
The requirement of various items / equipments and civil works are indicated in Bid Proposal Sheets.
The bill of quantity of major equipments items / works which are payable on unit rate is indicated in the Bid
Proposal Sheets.
Contractor should include all such items in the bid proposal sheets, which are not specifically mentioned but
are essential for the execution of the contract. Item which explicitly may not appear in various schedules and
required for successful commissioning of substation shall be included in the bid price and shall be provided
at no extra cost to Owner.
H. BASIC REFERENCE DRAWINGS
The contractor shall maintain the overall dimensions of the substation, buildings, bay length, bay width,
phase to earth clearance, phase to phase clearance and sectional clearances, clearances between buses,
bus heights but may alter the locations of equipment to obtain the statutory electrical clearances required
CGM(PP&D), APDCL’s Samaguri bid document Page 80
for the substation.
The enclosed typical drawings give the basic scheme, layout of substation, associated services
etc. in case of any discrepancy between the drawings and text of specification, the requirements
of text shall prevail in general. However, the contractor is advised to get these clarified from
Owner.
The auxiliary transformers of rating 100 KVA (11/0.433 KV) shall be used to feed the substation auxiliaries.
I. SYSTEM PARAMETERS
33 kV and 11 kV System
Sl.
No. Description of the Parameter 33 kV System 11 kV System
1 System operating voltage 33 kV 11 kV
2. Maximum operating voltage of the system (rms) 36 kV 12 kV
3 Rated frequency 50 HZ 50 Hz
4 No. of phases 3 3
5 Rated insulation levels
i. Full wave impulse withstand voltage (1.2/50 micorsec.) 170 KVp 75 KVp
ii. One minute power frequency dry and
wet withstand voltage (rms) 80 KV 28 KV
6 Min. creepage distance 25 mm/KV
( 900mm)
25 mm/KV
( 320 mm)
7 Min. clearances
i) Phase to earth 320 mm 140 ( 77**)mm
ii) Phase to phase 320 mm 280 (127**) mm
iii) Sectional clearance 2800 mm 2600 mm
8 Rated short circuit current 25 KA for 1 Sec. 25 KA for 1 Sec.
9 System neutral earthing Effectively earthed Effectively earthed
J. Substation layout:
I. The substation layout is influence by the dimensions of various equipments and accessories within the
substation and type of substation i.e outdoor or indoor.
II. Single line diagram and layout for bus arrangement showing all the equipments should be submitted
by the contractor if work awarded .
III. For 33 KV system bay width should be 5.5 M and for 11 Kv system bay width should be 3.5M t0 4.0M
IV. Minimum ground clearance for 33 KV line should be 7.5 M and for 11 KV line 5.5 M
V. Minimum ground clearance for any live part of equipment for 33 KV should be 3.7 M & for 11 KV 2.75
M. Sectional Clearance for 33KV should be 2.8 M and for 11 KV 2.6 M (as per IE rule)
VI. Minimum clearance for any bare conductor from ground level for 11KV should be 5.2 M & for 33 KV 5.5
M (IE rule).
VII. Minimum horizontal clearance between nearest conductor or any structure for 11 KV should be 1.2 M
and for 33kv 2.0 M.(IE rule)for outdoor installation
VIII. Minimum clearance for any two different voltage class up to(11-66KV) of over head line crossing
another overhead line should be 2.44M.(IE rule) for outdoor installation.
IX. For bare conductor minimum clearance (vertical or horizontal) between phase to phase for 33 KV should
be 1.5 M & for 11KV 1.2 M for outdoor installation.
CGM(PP&D), APDCL’s Samaguri bid document Page 81
X. For bare conductor minimum clearance (vertical or horizontal) between phase to earth for 33 KV should
be 610 mm & for 11KV 320mm for outdoor installation.
K. ISOLATOR : Isolator used as disconnector is a mechanical switching device which provide in the open
position, an isolating distance meeting the specific requirements. Isolator should open or closed a circuit ,
carry current under normal circuit condition and carry for a specific time the short circuit current. Isolator is
used for transfer of load from one bus to another and isolate equipments for maintenance. Isolator may be
vertical or horizontal break type . Earthing switch in Isolator is a mechanical switching device for earthing part
of a circuit, capable of withstand for specific time short circuit current. Isolator & earthing switch may be
manually operated or motorized.
L. CIRCUIT BREAKER : Circuit breaker is a mechanical switching device capable of making, carrying and
breaking current s under normal circuit condition and also making, carrying for a specific abnormal circuit
condition.
For 33KV & 11 KV system presently vacuum circuit breaker (VCB) or SF6 Circuit breaker are used.VCB
or SF6 breaker with auto-reclosing facility also been used. Circuit breaker are normally mounted on individual
mounting structure. Circuit breaker with auto reclosing facility are mounted on pole or individual mounting
structure. The circuit breaker may be live tank or dead tank design. The circuit breaker of live tank type for
outdoor substation have the interrupter housed in porcelain weather shield on top of an insulated support
column. The dead tank type have interrupter housed in an earth metal container with their connection out
through porcelain bushings . The commonly used operating mechanism are pneumatic, spring , hydraulic or
combinations.
M. INSTRUMENT TRANSFORMER: Instrument transformer i.e current & voltage transformer are the device
used for transform the values of current and voltage in the primary system to values suitable for measuring
instruments, meters, protective relay etc.
I. A) Current Transformer (CT): CT may be bushing type or wound type. The location of current
transformer with respect to circuit breaker has depend upon the protection scheme (metering,
protection like earth fault/over current , deferential ) as well as substation layout. Current
transformer construction may be live tank or dead tank type.
II. B) Voltage Transformer(VT /PT): The VT/PT are electromagnetic type or capacitor type. The
voltage (or potential) transformer connected on feeder side of the circuit breaker.
N. LIGHTNING PROTECTION : A substation has to be shield against direct lightning strokes either by
providing overhead shield wire/earth wire or spikes . Besides direct strokes, the substation equipments to
be protected against travelling waves due to lighting strokes on the lines entering the substation. The
apparatus commonly used for this purpose is the surge arrestor. Metal oxide gapless type surge arrestor
most widely used for better protection level. Surge arrestor should be as near as possible to transformer
as it’s the most costly equipment in the substation. For other equipment surge arrestor either on the bus or
on various lines to be provided for adequate lightning protection of the equipment.
CGM(PP&D), APDCL’s Samaguri bid document Page 82
CONTROL & RELAY PANEL FOR 33/11KV POWER TRANFORMER, 33 KV FEEDER AND 11 KV FEEDER:
The control & relay panel for 33/11kv power transformer , 33 kv feeder and 11 kv feeder are for indoor installation in control room and the configuration of 33KV & 11 panels shall be as follows
Sl no.
Particular C&R Panel for
33/11KV transformer C&R Panel for 33KV feeder
C&R Panel for 11 KV Feeder
1 Installation Indoor Indoor Indoor
2 Construction & material for panel
MS steel sheet, Simplex type
MS steel sheet, Simplex type
MS steel sheet, Simplex type
3 Panel thickness
3 mm -for Front panel, Base frame, Bottom
Gland plate. 2mm- for Rear door, side panel&
panel roof
3 mm -for Front panel, Base frame,
Bottom Gland plate. 2mm- for Rear door, side
panel& panel roof
3 mm -for Front panel, Base frame,
Bottom Gland plate. 2mm- for Rear door, side
panel& panel roof
4 Digital Ammeter with selector switch
1 set each ( both 33KV & 11 KV side)
1 set each 1 set each
5 Digital Voltmeter with selector switch
1 set (MW-33KVside), 1 set (KW-11 kv side)
1set-MW 1set -KW
6 HT Static Electronic tri-vector meter of 0.5 accuracy class
1 no. (HV) 1 no 1 no
7 Circuit breaker control switch 1 no. for each circuit
breaker 1 no. for each circuit breaker
1 no. for each circuit breaker
8 Isolator control switch 1 no. for each isolator 1 no. for each
isolator 1 no. for each
isolator
9 Semaphore 1 no. for each earth
switch 1 no. for each earth switch
1 no. for each earth switch
10
Indicating lamp for CB OPEN (green), CB CLOSE (red), CB spring charge (blue), CB AUTO TRIP (amber)
1 no. for each circuit breaker, isolator
1 no. for each circuit breaker,
isolator
1 no. for each circuit breaker,
isolator
11 Indicating lamp for Trip coil healthy (white)
2 nos (33KV & 11KV side)
1 no. for each feeder
1 nos. for each feeder
12 Indicating lamp for DC fail (white)
1 no. for each 1 no. for each 1 no. for each
13 Indicating lamp for AC fail (white)
1 no 1 no 1 no
14 Indicating lamp for non trip alarm indication
1 no 1 no 1 no
15 Push button for alarm accept/ reset/ lamp test
3 nos. for each control panel
3 nos. for each control panel
3 nos. for each control panel
16 Protection transfer 1 no. for each breaker
in case required
1 no. for each breaker in case
required
1 no. for each breaker in case
required
17 Mimic to represent SLD Lot in all control panels Lot in all control
panels Lot in all control
panels
18 Cut out, fuse & link, mounting ,wiring for RWTI and selector switch, control cable
Lot Lot Lot
19 Digital Frequency meter 1no. for each bus 1no. for each bus 1no. for each bus
20 Indication & Supervision
a CVT selection relay as per scheme requirement
b CT selection relay as per scheme requirement
c DC supply supervision relay
d AC supply supervision relay
e Trip circuit supervision relay
f Flag relay, relays ,auxiliary relay, timer etc. as per scheme requirement
g Bus healthy indication lamps phase wise for each bus
i For details refer to technical specification
CGM(PP&D), APDCL’s Samaguri bid document Page 83
INSULATOR: Provide adequate insulation in the substation for reliability of power supply and safety of
personnel various type of insulators are used. The insulator made of porcelain or polymeric are commonly used. For bus support insulator pin or post type insulators and for tension & straining disc insulator –ball & socket type(B&S) or clevis & tongue type (T&C), long rod insulator made of porcelain or polymeric are used.
O. Structure: Structure is a major consideration for deciding the layout of a substation .Steel is commonly
used materials for substation structure and steel structure are hot-dip galvanizes to protect against corrosion . The support for 33 KV & 11 KV system PSC pole ( 9.75M)/ M.S or G.I Steel tubular/ rail pole /Lattice structure are commonly used.
I. For M.S steel tubular poles pole should be coated with black bituminous paint as per IS:158-1968 throughout internally & externally up to the level which goes inside the earth. The remaining portion should be painted with one coat of red oxide primer as per IS: 2074-1979.
II. For galvanized steel tubular pole the zinc coating should not be less than 610 gm/sqmm and hot-dip galvanization should be over the entire length of the pole as per IS: 2633.
P. Earthing :
I. Adequate earthing system in a substation is extremely important for safety of operating personnel as well as for proper system operation & protection devices/equipments. The earth resistance (ohm-meter to be measured in different location of substation with earth resistor meter and proper deign calculation should be done as per IS: 3043-1987 & IEEE std 80-2000 so that it should not exceed 1 ohm substation 1 ohm with high level of fault and 5 ohms for lower fault level (distribution substation).
II. The major parameters which influence design of earth mat are : ( a) Magnitude of fault current[fault current may be 12.5 KA consider for 33/11 KV SS]; ( b) Duration of fault ( 1 sec/0.5 sec); ( c ) Soil resistivity (to be measured in switch yard area) ; ( d ) Resistivity of surface materials; ( e) Shock duration; (f ) Materials of earth conductor and (g ) Earth mat grid geometry.
III. ii) The step & touch potential should be within safe limit. IV. III)An earthing/ grounding system comprising an earth mat buried at suitable depth below the ground
(600mm for 33KV) with earth conductor( MS flat 50x10 mm). V. iv) All non –current carrying metal parts & framework of equipments in the substation are to be connected
to earth mat with riser (25x6mm). VI. v) The neutral point of equipment/ power transformer should be separate earth ( with treated eat pit). these
earth points should be interconnected with earth mat by two different diagonally opposite connectors. VII. Vi) Lightning arrestors should have independent earthing which should in turn be connected to main earth
mat. VIII. Vii) G.I Earth electrode, cast iron pipe electrode is preferred for earthing. The minimum distance between
the electrodes shall be twice the length of electrode.
Q. Cable laying : Trenches and cable ducts are normally laid for cable runs. Except where cable enter and
take off from trench , direct buried cables are generally avoided to facilitate locating faults and rapidly restoring the supply. For draining off any water that may enter the trenches , these should be sloped in their run to drain freely and necessary arrangement be made to remove the accumulated water as and when required. Cable trench should provided with strong & effective covers. Cable should not be directly laid in trench floor. At the point of entry into indoor areas, termination chambers etc., waterproof and fireproof sealing arrangement should be made. Cable trench should not run through oil room.
I. Conduits should have the minimum number of bends in their run. Pull boxes to facilitate cable pulling should be provided at suitable location. Conduits should be sloped and drained at low point. Care should be taken so that water does not accumulate within the conduits or drain into the equipment at the end.
II. In indoor areas, cable may be laid in racks supported on wall, ceiling or floor, floor trench or clamped to wall or ceiling. Wherever a large number of cables are involved and condition so permit, a system of racks in preferable as it gives quick access. Particular care should be taken in substation design to permit easy entry of the cable in to switchgear with convenience of handling even afterwards.
III. Cable laying should be done in accordance with systematically prepared cable schedules. All cable ends should be suitably labelled to facilitate easy identification.
IV. Power cables & control cables should be segregated by running in separate trenches or on separate racks so that in the event of a fire , the control cable are not affected. Separate cables should be used for each CT and PT . Flexible conduit should be used at terminal connectors to motors, pump etc. The main trench should be formed such that heavy current carrying conductors do not run parallel to the control cables. Power cables are placed in the top rack and lower racks contain the control cables.
V. The cable ducts should be laid away from lighting arrestors to minimize the effect of high discharge current flow.
R. DC AUXILARY SUPPLY : DC auxiliary supply is required for relays, instrumentation, closing and
tripping of circuit breakers, emergency lighting, control board indication etc. During normal operation battery
CGM(PP&D), APDCL’s Samaguri bid document Page 84
charger ( 415V,3ph or 230v, 1ph as per requirement with rectifier bridge with silicon diodes and silicon control rectifiers ) provide the required DC supply. A storage battery (battery bank ) of adequate capacity [ 220v/110 v/48v/12v as per requirement ] is provided to meet the DC requirement. Normally the storage battery merely keep floating on direct current system and supply current in case of failure of the rectifier in substation.
I. The voltage commonly used for DC auxiliary supply is 110V or 220V batteries(lead acid batteries) for substation and 48 V 0r24 V for VCB with auto-reclosing facility.
II. Capacity of battery should be adequate to supply momentary current required for the operation of switchgear, the continuous load for indicating lamps, holding coils of relays for contraction etc., emergency lighting load.
III. Complete DC equipments for a substation divided into three parts : storage battery and accessories, charging equipments and distribution board. The charging equipments consists of float charger and boost charger.
IV. The distribution board has an incoming circuit from DC battery and a number of outgoing circuit for closing, tripping, alarm and indication from control and relay panels. A separate circuit is provided for emergency load normally feed to AC supply but automatically switched on to DC supply in the event of AC power failure.
V. Battery Room ventilation.: Exhaust fan should be fan should be provided to ensure sufficient air inlet to battery room.
S. AC AXUILIARY SUPPLY :
AC supply both single and three phase are required in substation for illumination, battery charging, transformer cooling system, oil filtration plant, transformer tap charger drives, air compressors, power supplies for communication equipments, breaker/ disconnect switch motors, space heather in cubicles and marshaling kiosks, air-conditioning/ventilation equipments, fire protection system, crane etc.
Ac auxiliary supply must ensure continuity of supply under all condition. In substation normally it is provided from a station transformer (11/0.4KV or 33/0.4kv of 100KVA or 250 KVA in 33/11 KV SS) connected to 11 KV or 33KV bus. Its capacity should be adequate to meet the demand of all essential connected load. The station transformer is connected to indoor AC distribution panel through cable which are controlled by switch fused or circuit breakers (MCCB).
T. FIRE PROTECTION & FIRE EXTINGUSHING SYSTEM : All substations should be equipped with fire fighting system conforming to requirement as per latest IS: 1646 and Fire protection Manual Part-I issued by Tariff Advisory Committee (TAC) of insurance Company,
I. Fire isolation walls should be provided between large oil filled equipment ( power transformer etc.) such as two or more transformer placed in adjacent to each other for safety reason from fire risk due to burning oil flying from the equipments on fire.
II. A well co-ordination system of fire protection should be provided to cover all areas of substation and all types of fire likely to be occurred.
III. Portable and mobile fire extinguisher should be provided at suitable locations for indoor / outdoor applications.
IV. For 33/11 KV Samaguri substation : (a ) Mechanical foam type fire extinguisher :(50KG=1 no., 90 Kg =1 no.), ( b ) Carbon dioxide type (4.5kg=2 nos.)/ dry chemical type (5.0 kg=2nos.)of and ( c) with 9 litre. of sand bucket =4 nos. should be provide for fire protection.
U. ILLUMINATION SYSTEM :
Good lighting in a substation is necessary to facilitate normal operation and maintenance and at the same time to ensure safety of the working personnel. Outdoor switchyard average illumination level should be 50 lux on main equipment and 20 lux on balance area of the switch yard.
The control room, Battery room, office/ reception , workshop, approach road , car parking , store room Etc. should be properly illuminated.
The choice of lamp, i.e incandescent, fluorescent, mercury vapour, sodium vapour, halogen , LED etc. are depends mainly on nature of works. Mercury vapour or sodium vapour lamp may be used in outdoor switchyard , approach road, fencing, external lighting on building, unloading cum repairing work place and fluorescent lamp may used in control room, office, battery room etc.
Emergency lighting in case of AC failure in Substation, indoor installation such as control room, switchgear etc. , DC lamp connection system should be provided at suitable location with automatic changeover contactor at DC distribution board.
CGM(PP&D), APDCL’s Samaguri bid document Page 85
TECHNICAL SPECIFICATIONS FOR 36 KV ANAD 12 KV VACUUM CIRCUIT BREAKER
1.0 SCOPE
1.1 This section of specification covers the design, manufacture, assembly under stringent quality control
at every stage of manufacturing, testing at manufacturer's works before dispatch, supply and delivery at
destination store and supervision of erection, testing and commissioning of 36 KV and 12 KV outdoor
type vacuum circuit breakers at various substations in SEB.
1.2 The scope of supply shall also include necessary special tools and plants required for erection,
maintenance and necessary spares, required for normal operation and maintenance of the circuit
breakers for a period of five years.
1.3 The circuit breakers should be complete in all respects with insulators, bimetallic connectors,
interrupting chamber, operating mechanism control cabinet, interlocks, auxiliary switches indicating
devices, supporting structures, accessories, etc., described herein and briefly listed in the schedule of
requirements. The spares/attachments which are meant necessary for the smooth functioning of the
equipment and specifically are not mentioned here shall be assumed to be included the scope of
supply.
1.4 It may be noted that the Vacuum Circuit Breaker must meet the following minimum criteria. Failure to comply
with the requirements may results in rejection of the BID as non-responsive:
1.5 The Manufacturer must have designed, manufactured, type tested and supplied vacuum circuit breaker in at
least two power utilities of similar rating which are in successful operation for at least 5 (Five) years as on the
date of bid opening which should be substantiated by furnishing performance report from the official of the
rank not below DGM/SE
2.0 STANDARDS
2.1 The circuit breaker shall conform in all respects to the requirements of latest issue of IS/IEC
specifications except for modifications specified herein. The equipment manufactured according to any
other authoritative standards which ensure an equal or better quality than the provision of IS/IEC
specifications shall also be acceptable. The salient point of difference between the proposed standard
and provision of these specifications shall be clearly brought out in the tender. A copy of English version
of such specifications shall be enclosed with the tender.
2.2 The list of standards mentioned in this specification and to which the circuit conform is given below:
1. IEC-56 High Voltage A.C. Circuit Breakers
2 IEC-137 Bushing for alternating voltage above 1000 volts
3. IEC-71 Insulation Co-ordination
4. IEC-694 Common clauses for high voltages switchgear and control gear standards
5. IEC-815 Specification for Creepage distance
6. IS-13118 Specifications for high voltage alternating current
circuit breakers 7. IS-2099 High voltages porcelain bushings
8. IS-4379 Identification of the contents of industrial gas cylinders
9. IS-3072 Installation and maintenance of switchgear
10. IEC-267 Guide for testing of circuit breakers with respect to out
of phase switching 11. IS-802
Code of practice for use of structural steel in overhead
transmission lines
12. IEC-17A 5tudy Group
Dec.1981 Sealing of interrupters I breakers
13. IS-1554 PVC insulated cables upto and including 1000 volts
14. IS-5 Colors for ready mixed paints and channels
CGM(PP&D), APDCL’s Samaguri bid document Page 86
3.0 CLIMATIC CONDITONS
The breakers and accessories to be supplied against this specification shall be suitable for satisfactory continuous
operation under the tropical conditions specified in this bidding document.
4.0 AUXILIARY POWER SUPPLY
4.1 Auxiliary electrical equipment shall be suitable for operation on the following supply system.
a. Power Devices (like drive motors) 415 V, 3 phase 4 wire 50 hz, neutral grounded AC supply
b. DC Alarm, Control and Protective Devices 110 V DC,
c. Lighting 240 V, single phase 50 Hz AC supply
4.2 Each of the foregoing supplies shall be made available by the Purchaser at the terminal point for each circuit
breaker for operation of accessories and auxiliary equipment. Bidder's scope includes supply of
interconnecting cables, terminal boxes, etc. The above supply voltage may vary as indicated below and all
devices shall be suitable for continuous operation over the entire range of voltages
1) AC Supply 415V (+ 10% /-- 15%)
2) Frequency 50Hz (± 5%)
2) DC Supply 110V ( - 15% to + 10%)
5.0 GENERAL REQUIREMENT OF 36 KV and 12 KV OUTDOOR VACUUM CIRCUIT BREAKERS
5.1 The vacuum type circuit breaker shall have vacuum interrupters, designed to provide a long contact life at all
currents upto rated making and breaking current during switching operation: The vacuum interrupters sealed
for life shall be encapsulated by porcelain insulators for out door installation requirement of the circuit
breakers. The offered breakers shall be suitable for out door operation under climatic conditions specified
without any protection from sun, rain and dust storm.
5.2 The vacuum interrupters of each phase shall be housed in a separate porcelain insulator. The three identical
poles shall be mounted on a' common base frame and the contact system of three poles should be
mechanically linked to provide three pole gang opening/closing for all type of faults.
i. The performance of breakers shall be adequately proven by type tests for the designed rating at
internationally reputed independent testing station.
ii. The offered equipment shall be practically maintenance free over a long period.
iii. All mechanical parts and linkages shall be robust in construction and maintenance free, over at least 10,000
switching operations except for lubrication of pins/articulated joints at interval of 5 years or 5000 operations.
iv) Similar parts shall be strictly interchangeable without special adjustment of individual fittings. Parts requiring
maintenance shall be easily accessible, without requiring extensive dismantling of adjacent parts.
v) The operating mechanism will be self maintained and of proper operation endurance not less than the
mechanical life of circuit breaking unit. It shall be spring operated type described hereinafter.
vi) The circuit breaker shall be supplied complete with all auxiliary equipment meant necessary for the safe
operation, routine and periodic maintenance. All internal wiring including those of spare auxiliary contacts shall
be complete and wired upto terminal blocks situated near cable gland plate.
vii) The breaker shall be totally restrike free under all duty conditions and shall be capable of performing the
duties without opening resistor. The details of any device incorporated to limit or control the rate of rise of
restriking voltage across the circuit breaker contacts shall be stated.
viii) The breaker shall be reasonably quiet in operation and the noise level shall not exceed 140 decibels.
CGM(PP&D), APDCL’s Samaguri bid document Page 87
ix) The breaker shall be suitable for three phase reclosing operation.
x) An operation counter, visible from the ground level even with the mechanism housing closed shall be
provided.
6.0 VACUUM INTERRUPTER ASSEMBLY
6.1 Each pole of the circuit breaker shall be provided with vacuum interrupter, one for each phase, hermetically
sealed for life and encapsulated by ceramic insulators. The interrupter shall be provided with steel chromium
are chamber to prevent vaporized contact material being deposited on the insulating body. A further shield
giving protection to the metal bellows shall also follow the travel of the moving contacts to seal the interrupter
against the surroundings atmosphere.
6.2 It shall have high and consistent dielectric strength of vacuum unaffected by environment and switching
operations. Bronzed joints should ensure retention of vacuum for life time. It shall have low and stable contact
resistance due to absence of oxidation effects and shall ensure low power loss. The arcing voltage shall be
low with minimum contact erosion.
6.3 The manufacturer of VCB should use their own Vacuum interrupter so that the drive mechanism is matched
perfectly with that of the requirement of Vacuum Interrupter.
6.4 The vacuum bottles should be capable of withstanding minimum 100 full short circuit operations as per test
duty 1 to 5 of IEC-56. The vacuum bottles, capable of withstanding less than 100 full short circuit faults, would
not be considered and therefore should not be offered.
6.5 A manufacture’s type test reports / literature for vacuum bottles, may, therefore be supplied along with tender
in duplicate.
6.6 Vacuum Interrupters of China make should not be offered.
7.0 FIXED AND MOVING CONTACT
7.1 The fixed and moving contacts of the breaker have to ensure permanent full contact during closing without
unusual maintenance. All making and breaking contacts shall be hermetically sealed and free from
atmospheric effects.
7.2 The contacts metallurgy and geometry shall be such that there is minimum contact burning and wear. Main
contact shall have ample area and contact pressure for carrying the rated current and rated short time current
without excessive temperature rise which may cause pitting or welding of the contacts.
7.3 The main contacts should have low contact resistance. The contact should be self cleaning type, i.e., the
layer of copper oxide should be cleaned during rubbing of contacts. The contact area should be well defined,
spring used for contact shall be of gradually rising characteristic i.e., they should be soft. The contacts should
not provide contact grip, ie., electro-magnetic forces should not grip the contacts and oppose the opening
process. It would be desirable to have separate main contacts and arcing contacts in order to have longer life
of the contacts. The contours of the energized metal parts of the breaker shall be such as to eliminate areas or
points of high electrostatic flux concentration. Surfaces shall be smooth with no projection or irregularities
which may cause visible corona. No corona shall be visible in complete darkness when the equipment is
subjected to the specified test voltage.
7.4 The circuit breaker units shall be suitable for installation on outdoor R.C.C. foundations. Ground clearance of
the live parts of the breakers should be 3700 mm from foundation. The circuit breakers shall be spring
operated.
8.0 RECOVERY VOLTAGE AND POWER FACTOR
8.1 The circuit breaker shall be capable of interrupting rated power with recovery voltage equal to the rated
CGM(PP&D), APDCL’s Samaguri bid document Page 88
maximum line to line service voltage at rated frequency and at a power factor equal to or exceeding 0.15.
9.0 RESTRIKING RECOVERY and LINE CHARGING INTERRUPTING CAPACITY
9.1 The complete data for the phase factor, amplitude factor, etc., for rate of rise of restriking voltage shall be
furnished in the tender.
9.2 The circuit breaker shall be designed so as to be capable of interrupting line charging currents without undue
rise in the voltage on the supply side without restrike and without showing sign of undue strains.
9.3 The maximum permissible switching over voltage shall not exceed 2.5 p.u. The guaranteed over voltage,
which will not be exceeded while interrupting the rated line charging current for which the breaker is designed
to interrupt shall also be stated. The results of the tests conducted along with the copies of the oscillographs
to prove ability of the breakers to interrupt the rated as well as lower values of the line charging current shall
be furnished with the tender.
10.0 TRANSFORMER CHARGING CURRENT BREAKING CAPACITY
10.1 The breaker shall be capable of interrupting inductive currents, such as those occurring while switching off
unloaded transformers, without giving rise to undue over voltage and without restrikes. The maximum over
voltage value, which will not be exceeded under such conditions, shall be stated in the tender.
11.0 BREAKING CAPACITY FOR SHORTLINE FAULTS
11.1 The interrupting capacity of the breaker for short line faults shall be stated in the tender. The details of the
test conducted for proving the capability of the breaker under a short line fault occurring from one phase to
earth conditions shall also be stated in the tender. The rated characteristics for short line faults shall be in
accordance with stipulation contained in clause 8.0 of IEC-56(2)-1971.
12.0 AUTOMATIC RAPID RECLOSING and OUT OF PHASE SWITCHING
12.1 36 KV circuit breaker shall be suitable for 3 pole rapid reclosing. The dead time of the breaker shall be
adjustable and the limits of the adjustment shall be stated in the tender.
12.2 The circuit breaker shall be capable of satisfactory operation even under conditions of phase opposition that
may arise due to faulty synchronization. The maximum power that the breaker can satisfactorily interrupt under
"Phase Opposition" shall be stated in the bid".
13.0 TEMPERATURE RISE
13.1 The maximum temperature attained by any part of the equipment when in service at side and under
continuous full load conditions and exposed to the direct rays of the sun shall not exceed the permissible limits
fixed by IEC. When the standards specify the limits of temperature rise these shall not be exceeded when
corrected for the difference between ambient temperature specified in the approved specification.
13.2 The limits of temperature rise shall also be corrected for altitude as per IEC and stated in the bid.
14.0 INSULATORS SUPPORTS AND HOUSING
14.1 The basic insulation level of the external insulator supporting shall be as stated in the "Technical
Parameters" and these shall be suitable for use under climatic conditions as stated elsewhere in the
specification. The porcelain used shall be homogenous, free from cavities and other flaws.
14.2 The insulators shall be designed to have ample insulation, mechanical strength and rigidity for satisfactory
operation under conditions specified above.
14.3 All bushings of identical rating shall be interchangeable. The puncture strength of bushing shall be greater
than the flash over value. The design of bushing shall be such that the complete bushing in a self-contained
unit and no audible discharge shall be detected at a voltage upto a working voltage (Phase Voltage) plus 10%.
The support insulator shall conform to IEC-137.
14.4 Minimum clearance between phases, between live parts and grounded objects shall be as per IS-3072-1975
and should conform to Indian Electricity Rules-1956. The minimum creepage distance for severely polluted
atmosphere shall be 27 mm/KV.
14.5 . The air clearance of bushing should be such that if the bushings were tested at an altitude of less than
1000 meters, air clearance would withstand the application of higher voltages (IS-2099-1973 para 6.1). In
CGM(PP&D), APDCL’s Samaguri bid document Page 89
order to avoid breakdown at extremely low pressures the support insulators should not be covered by moisture
and conducting dust. Insulators should therefore be extremely clean and should have anti-tracking properties.
Sharp contours in conducting parts should be avoided for breakdown of insulation. The insulators shall be
capable to withstand the seismic acceleration of 0.5 g in horizontal direction and 0.6g in vertical direction.
15.0 OPERATING MECHANISM GENERAL REQUIREMENTS
15.1 The operating mechanism shall be stored energy type and capable of giving specified duty of the breaker
The breaker shall also pass the operational test which ascertain the capabilities of operating mechanism. The
operating mechanism shall be capable to perform the following functions efficiently.
i) To provide means where the circuit breaker can be closed rapidly, without hesitation at all currents from zero
to rated making current capacity.
ii) To hold the circuit breaker in closed positions by toggles or latches till the tripping signal is received.
iii) To allow the circuit breaker to open without delay immediately on receiving tripping signal.
iv) Operating mechanism should also be suitable for three phase auto reclose duty. The closing spring shall be
automatically charged by motor immediately after closing operation.
v) In case of failure of supply to the spring charging motor, the spring shall be chargeable by hand crank.
vi) The contact pressure spring and tripping spring shall be chargeable during closing operation to ensure the
breaker is ready to open.
vii) Mechanically ON/OFF indicator, spring charged indicator and operation counter shall be provided on the
front of the control cubicle. For tripping, the spring provided shall ensure the trippings.
16.0 Tripping/Closing Coils
16.1 The circuit breakers shall be provided with two trip coils and one closing coil per breaker. First trip coil shall
be utilized for tripping the breaker on main protection fault detection. Whereas second trip coil shall be used to
trip the breaker when first trip coil fails to trip the breaker and backup protection comes into operation and shall
also be used to trip the breaker on command.
16.2 The trip coils shall be suitable for pre-closing and after closing trip circuit supervision. All the breakers shall
have provision for independent electrical operation of trip coils from local as well as remote through
local/remote selector switch. The breaker shall be provided with suitable protection device against
discrepancies in the operation of individual pole.
16.3 Closing coil shall operate correctly at all value of voltage between 85% and 110% of the rated voltage. Shunt
trip coils shall operate correctly under all operating conditions of the circuit breaker upto the rated breaking
capacity and at all values of supply voltage between 70% and 110% of rated voltage.
16.4 Trip Free Features
a. When the breaker has been instructed to close by manual instructions by pushing of push button, the
operating mechanism will start operating for closing operations. If in the mean time a fault has taken place, the
relay provision shall be such that it should close the trip circuit simultaneously interrupting the live circuit of
closing coil which has been instructed for close command.
b. The trip free mechanism shall permit the circuit breaker to be tripped by the protective relay even if it is under
the process of closing. An anti-pumping device to prevent the circuit breaker from reclosing after an automatic
opening shall be provided to avoid the breaker from pumping i.e., anti pumping relay should interrupt the
closing coil circuit.
17.0 Controls
17.1 The circuit breaker shall be controlled by a control switch located in the control room. The control
arrangement shall be such as to disconnect the remote control circuits of the breaker, when it is under test.
17.2 Local control devices, selector switch and position indicator shall be located in weather and vermin-proof
cabinet.
17.3 The circuit breaker control scheme shall incorporate trip circuit supervision arrangement. Local/remote
selector switch shall be provided for all breakers for selection of "Local" control/remote control. Provision shall
be made for local manual, electrical and spring controls. Necessary equipment's for local controls shall be
CGM(PP&D), APDCL’s Samaguri bid document Page 90
housed in the circuit breaker cabinet of weather-proof construction. In addition to this, a hand closing device
for facilitating maintenance shall also be provided.
17.4 Each circuit breaker shall have a mechanical open/closed and spring charge indicator in addition to facilities
for provisions for semaphore indicators for breakers which are required for the mimic diagram in the control
room.
17.5 Lamps for indicating, 'close/open' position of the breaker shall also be provided.
17.6 Mechanical indicator, to show the 'open' and 'close' position of the breaker shall be provided in a position
where it will be visible to a man standing on ground with mechanism housing open. An operation counter,
visible from the ground even with the mechanism housing closed, shall be provided. Electrical tripping of the
breaker shall be performed by shunt trip coils.
17.7 Operating mechanism and all accessories shall be enclosed in control cabinet. A common marshalling box
for the three poles of the breaker shall be provided, along with supply of tubing, cables from individual pole
operating boxes to the common marshalling box, local.
18.0 SPRING OPERATED MECHANISM and MOTOR
18.1 The motor compressed spring mechanism shall consist of a closing spring which is wound or compressed by
an electric motor immediately after the breaker closes. The closing action shall also wind or compress a
tripping springs shall be wound.
18.2 After the breaker has tripped, the tripping spring shall remain in the released position as long as the breaker
is open, but the closing spring shall remain wound and ready for closing operation. Spring charging motor shall
be standard single phase universal motor suitable for 220 volts supply.
i) Operating voltages for closing/tripping coils shall be 110 Volts DC.
ii) Operating voltages for heater elements shall be 220V AC 50 HZ. Other features of the spring operated
mechanism shall be as follows.
18.3 The spring operating mechanism shall have adequate energy stored in the operating to close and latch the
circuit breaker against the rated making current and also to provide the required energy for tripping
mechanism in case the tripping energy is derived from the operating mechanism.
18.4 The mechanism shall be capable of performing the rated operating duty cycle of 0-0.3Sec-CO-3 Min-CO as
per IEC-56.
18.5 The spring charging motor shall be AC/DC operated and shall not take more than 30 sec., to fully charge the
closing spring made for automatic charging. Charging of spring by the motor should not - interfere with the
operation of the breakers.
18.6 The motor shall be adequately rated to carry out a minimum of one duty cycle. Also provision shall be made
to protect the motor against overloads.
18.7 In case of failure of power supply to spring charging motor, the mechanism shall be capable of
performing one open-close-open operation.
18.8 Mechanical interlocks shall be provided in the operating mechanism to prevent discharging of the closing
springs when the breaker is already in closed position. Provision shall be made to prevent a closing operation
to be carried out with the spring partially charged.
18.9 Facility shall be provided for manual charging of closing springs.
19.0 CONTROL CABINET
19.1 The switchgear operating mechanism, the control equipment such switch for closing and tripping the
breakers, various control relays, antipumping device, timer for adjusting breaker reclosing, a set of terminal
blocks for wiring connections, MCB's for disconnecting the control auxiliary power supplies. Including relays,
etc., shall be enclosed in a cabinet to 'be mounted on a suitable structure at a convenient working height at
the end of the breaker in the outdoor switchyard. The supporting structure and the enclosure shall be
capable of withstanding the typical tropical climatic conditions, change of ambient temperature, severe dust-
storms, very high relative humidity those are prevailing at the site of location of switchgear .
19.2 The enclosure shall be made out of stretched level steel plates not less than 3.15 mm thick and of light
section structural steel. It should be weather proof as well as vermin proof and conforming to IP: 55 degree
of protection.
CGM(PP&D), APDCL’s Samaguri bid document Page 91
19.3 Each cabinet section shall have full width and full length hinged doors mounted on the front that swing fully
open. The doors shall be provided with latches to securely hold it with the cabinet. Doors shall be of sturdy
construction, with resilient material covering, to provide dust protection and prevent metal to metal contact
except at the latch points. Filtered ventilation shall be provided along with the rigid supports for control and
other equipment, measuring instruments, mounting cabinet members and equipment shall not restrict easy
access to terminal blocks for terminating and testing external connection or to equipment for maintenance.
19.4 All screws and bolts used for assembling and mounting wire and cable termination, supports, devices
and other equipment shall be provided with lock washers or other locking devices. All metal parts shall
be clean and free of weld splatter, rust and mill scale prior to application of double coat of zinc chromate
primer which should be followed by an Polyurethane paint to serve as base and binder for tile finishing
coat. The exterior of the cubicle shall be painted matty grey to shade NO.692 of IS-5 or shade No.631
and interior to white shade. Sufficient quantity of paints shall also be supplied along with the cubicle to
restore at site any damage during transportation. The mounting structure shall be galvanized and shall
be as per IS-802-11-1978.
19.5 Suitable heaters shall be mounted in the cabinet to prevent condensation. Heaters shall be controlled by
thermostat ON/OFF switches and fuses shall be provided. Heaters shall be suitable for 240 V AC supply
voltage.
19.6 At least one 20 watts fluorescent tube fixture and lamp holder working on 240V, 50 c/s AC supply shall
be provided in each switchgear control cubicle section and shall be located to provide adequate interior
lighting of the cubicle. Ballasts shall be rated at not less than 0.90 power factor. A single pole 20 Amp.
‘T’ rated lighting switch shall be provided for each cubicle, flush-mounted on the left end. One duplex
220 volt convenience outlet shall be provided inside each door or pair of doors inside each cubicle. The
lighting and convenient outlet circuits shall be completely wired in conduit and terminated on cubicle
terminal blocks.
19.7 Unless otherwise specified control wire shall be stranded tinned copper stranded wire with 1.1 KV PVC
insulation conforming to the requirements of IS-1554.
All the control circuit and secondary wiring shall be wired completely and brought out preferably to a
vertical terminal block ready for external connections in the control cabinet. The control wire shall not be
of cross-section less than 2.5 mm2 copper.
19.8 All spare auxiliary contacts of the circuit breaker shall be supplied wired upto terminal block. At least 20
number spare terminals shall be provided over and above the number required. All wiring termination on
terminal blocks shall be made through lugs. For current and DC supply circuits disconnecting sturdy type
terminal blocks will be provided. For other control circuits, non-disconnecting snap on type terminal
blocks shall be provided.
All wires shall be identified with non-metallic sleeve or tube type markers at each terminations.
19.9 Terminal blocks shall be made up of molded non-inflammable plastic material with blocks and barriers
molded integrally have white marking strips for circuit identification and moulded plastic covers.
19.10 A ground bus of copper bar not less than 6 mm by 25 mm shall be provided along the inside of the front
or rear of the each cubicle and equipment rack. The ground bus shall be bolted to the frame of each
panel in such a way as to make good electrical contact with each panel or section. Lugs shall be
provided for connection of the ground bus to the station ground bus/earth mat.
20.0 ACCESSORIES
20.1 Each circuit breaker assembly shall be supplied with the following accessories.
i) Line and earthing terminals and terminal connectors.
ii) Control housing with:
a) One auxiliary switch with adequate number of auxiliary contacts, but not less than 12 nos. (6 No + 6 NC) for
each breaker. These shall be over and above the No. of contacts used for closing, tripping and 'reclosing' and
interlocking circuit of the circuit breaker. All auxiliary contacts shall be capable of use as "Normally closed" or
"Normally open" contacts. Special auxiliary contacts required for the reclosing circuit if any, shall also be
provided. There shall be provision, to add more auxiliary contacts at a later date, if required.
b) Operation counters
c) Position indicator (Close/Open)
d) Necessary cable glands
CGM(PP&D), APDCL’s Samaguri bid document Page 92
e) Fuses
f) Manual trip device and local test push buttons
g) Terminal blocks and wiring for all control equipment and accessories
h) Adequate number of heaters for continuous operation to prevent moisture condensation in the housing of
operating mechanism
i) Selector switch for local/remote control.
21.0 SUPPORTING STRUCTURE
21.1 The circuit breakers shall be supplied complete with necessary galvanized steel supporting structures,
foundation and fixing bolts, etc., the galvanizing shall be as per IS. The mounting of the breaker shall be such
as to ensure the safety of the operating staff and should conform to Indian Electricity Rules, 1956. Minimum
ground clearance of live part from ground level shall be 4000 mm inclusive of foundation (300mm
above GL).
21.2 The bidder shall submit detailed design calculations and detailed drawings in respect of supporting
structures suitable for the equipment offered. The tenders shall specify the loads which shall be transmitted to
the equipment foundation under most adverse operating conditions of the breaker.
21.3 Facility to earth the circuit breaker structure at two points shall be provided.
22.0 GALVANISING
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels, structures, shall; be
hot dip galvanized conforming to latest version of 18:2629 or any other equivalent authoritative standard.
23.0 CABLE TERMINATION
Suitable cable glands for terminating the multi-core cable shall be provided wherever required.
24.0 TERMINAL CONNECTIONS AND EARTH TERMINALS
24.1 Each circuit breaker connected with incoming and outgoing feeders shall be provided with solder less clamp
type bimetallic connectors suitable for ACSR/AAAC conductor mentioned in 'Technical Parameter'
25.0 INTERTERLOCKS
25.1 Necessary interlocks to prevent closing or opening of the breaker under low pressure of the contact spring
and devices for initiating alarm shall be provided. Provision shall also be made to enable electrical interlocking
with the isolators associated with the breaker to prevent opening or closing of the isolators.
26.0 TYPE TESTS
26.1 Type test certificates for the following tests, as per IS:13118 or IEC 62271-100 with latest amendment
thereof, from any of the NABL accredited Laboratory shall invariably be furnished
a. Short circuit duties test
b. Short time withstand current and peak withstand current tests
c. Temperature rise test
d. Mechanical endurance test
e. Lightning impulse voltage withstand test
f. Power Frequency withstand voltage test (dry & wet)
g. Single Capacitor bank switching test
h. Degree of protection IP-55 as per IS:13947:93(Part-I)/IEC 60529:89
26.2 Type test certificates must accompany drawing of type tested equipment, duly sealed & signed by type
testing authority.
26.3 Type tests conducted on the equipment should not be earlier than 3 years from the date of opening of bids.
26.4 In case of any change in design/type of breaker already type tested and the one being offered against this
specification, the Employer reserves the right to demand repetition of some or all tests without any extra-
cost at NABL accredited lab.
27.0 ACCEPTANCE AND ROUTINE TEST :-
27.1 Employer shall have access at all times to the works and all other places of manufacture where the Circuit
Breakers are being manufactured and the Bidder shall provide all facilities for unrestricted inspection of the
CGM(PP&D), APDCL’s Samaguri bid document Page 93
Bidder/manufacturer’s works, raw materials, manufacture of all the accessories and for conducting
necessary tests as detailed herein. The Employer reserves the right to insist for witnessing
acceptance/routine testing of the bought out items. The Bidder/manufacturer shall submit the routine test
certificates of bought out items and raw material also, at the time of routine testing of the fully assembled
breaker
27.2 No material shall be dispatched from its point of manufacture unless the material has been satisfactorily
inspected and tested.
27.3 Bidders shall indicate the inspections and checks carried out at various stages of manufacture of the circuit
breakers. Complete record of stage inspection would be kept by the Bidder/manufacturer and this record
should be made available for inspection by the representative of the Employer. Bidder/manufacturer should
indicate the manufacturing programme and the The Employer will have a right to depute inspecting officers
during the manufacture of the equipment. The Employer reserves the right to carry out stage inspections at
all stages, for which advance intimation shall be given and all necessary cooperation shall be rendered by
the manufacturer.
27.4 At the time of inspection, Bidder/manufacturer shall identify each and every item/accessories of
the particular Circuit Breaker under testing. Unless all the items are identified, the manufacture will not be
treated as complete. Various tests stipulated in IS/IEC shall be performed in the presence of the
Employer’s engineers or when the inspection waiver has been given, in such a case, testing shall be done
at the manufacturer's works as per IS/IEC stipulations and same should be confirmed by documentary
evidence by way of Test Certificate which shall be got approved by the Employer.
27.5 It is expected that before circuit breaker is finally offered for inspection, internal testing of the same for
various important parameters are already done. Routine test report for such tests shall also accompany the
letter of inspection call so that the Inspecting Officer at the time of inspection may verify the parameters
brought out in the preliminary report. Details of all tests should be clearly brought out.
27.6 In case for any reason, inspection is not completed or equipment is not found to be complete
with all accessories as per confirmation given with the letter of inspection call, the Employer will reserve the
right to recover complete cost of deputation of inspecting team to the works of the manufacturer.
27.7 Acceptance of any quantity of circuit breaker & its accessories shall in no way relieve the
successful bidder of his responsibility for meeting all the requirement of this specification and shall not
prevent subsequent rejection if such equipments are later found to be defective.
28.0 RATING PLATES & SURFACE FINISH PAINTING & GALVANISING:-
28.1 Each circuit breaker shall be provided with a detailed rating plate. Details on the rating plate
shall be as per ISS and shall also indicate manufacturer name, serial no., order no. and month & year of
dispatch.
28.2 All interiors and exteriors of tanks, mechanism, enclosures, cabinets and other metal parts shall
be thoroughly cleaned to remove all rust, scales, corrosion, greases or other adhering foreign matter. All
steel surfaces in contact with insulating oil, as far as accessible, shall be painted with not less than two
coats of heat resistant, oil insoluble, insulating paint.
28.3 All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate and
two coats of epoxy paint with epoxy base thinner or hot dip galvanized or two packs of aliphatic
polyurethane finished paint. All metal parts not accessible for painting shall be made of corrosion resistant
material. All machine finished or bright surfaces shall be coated with a suitable preventive compound and
suitably wrapped or otherwise protected. Paints shall be carefully selected to withstand tropical heat and
extremes of weather within the limits specified.
28.4 Paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. All external paintings
shall be as per shade no. 697 or any other suitable shade of IS:5 or polyurethane paint
28.5 All ferrous parts & steel structure including all sizes of nuts, bolts, plain and spring washers, support
channels, structures, etc. shall be hot dip galvanized or stainless steel or electro-galvanized.
29.0 DOCUMENTATION:
29.1 List of Drawings and Documents: Bidders shall furnish four sets of relevant descriptive and illustrative
published literature, pamphlets and following drawings for preliminary study;
a. General outline drawings showing dimensions and shipping weights.
CGM(PP&D), APDCL’s Samaguri bid document Page 94
b. Sectional views showing the general constructional features of the circuit breaker including
operating mechanism, arcing chambers, contacts with lifting dimensions for maintenance.
c. All drawings & data typical and recommended schematic diagram for control supervision &
reclosing shall be annotated in English. .
d. Schematic diagrams of breaker offered for control supervision and reclosing.
e. Structural drawing, design calculations and loading data for support structures.
f. Short circuit oscillogram & certificates for similar type tested breakers. General arrangement of
foundation and structure mounting plan including weights of varnish components and impact
loading data for foundation design.
g. Type test reports
29.2 Successful bidders shall, within two weeks of placement of order, submit four sets of final version of all the
above drawings for the Employer's approval. The Employer shall communicate his comments/approval on
the drawings to the Bidder/manufacturer within two weeks. Bidder/manufacturer shall, if necessary, modify
the drawings and resubmit four copies of the modified drawings for the Employer's approval within two
weeks from the date of comments. After receipt of the Employer's approval, the Bidder/manufacturer shall,
within three weeks, submit 4 prints per breaker and two set of good qualities reproducible of the approved
drawings for the Employer's use.
29.3 Successful bidders shall also furnish two sets each of bound manuals covering erection, commissioning,
operation and maintenance instructions and all relevant information and drawings pertaining to the main
equipment as well as auxiliary devices along with each breaker. Marked erection drawings shall identify the
component parts of the equipment as shipped to enable erection by the Employer’s own personnel. Each
manual shall also contain one set of all the approved drawings, type test reports as well as acceptance
reports of the corresponding consignment dispatched.
29.4 Manufacturing of equipments shall be strictly in accordance with the approved drawings and no deviation
shall be permitted without the written approval of the Employer.
29.5 Approval of drawings/work by the Employer shall not relieve the bidders of any of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the requirements of
the latest revision of the applicable standards rules and codes of practices. Equipment shall conform in all
respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at
the time of supply and the Employer reserves the right to reject any equipment or material which, in his
judgment, is not in full accordance therewith.
30.0 PACKING AND FORWARDING:
30.1 Equipment shall be prepared for ocean shipment (foreign equipment) or rail road transport (local equipment).
Equipment shall be packed in suitable crates in such a manner to protect it from damage and withstand
handling during transit. Bidder/manufacturer shall be responsible for and make good at his own expense any
or all damage to the equipment during transit, due to improper and inadequate packing and handling. Easily
damageable materials shall be carefully packed and marked with the appropriate caution symbols.
Wherever necessary, proper arrangement for lifting such as lifting hooks etc. shall be provided. Any material
found short inside the packing cases shall be supplied by the Bidder/manufacturer without any extra cost.
Each consignment shall be accompanied by a detailed packing list containing the following information:
a. Name of the consignee.
b. Details of consignment.
c. Destination.
d. Total weight of consignment.
e. Sign showing upper/lower side of the crate.
f. Handling and unpacking instructions.
g. Bill of material indicating contents of each package and spare material.
31.0 COMPLETENESS OF EQUIPMENT AND BOUGHT OUT ITEMS:
31.1 Bidders must furnish following information along with technical bid. A list of all the accessories which will be
supplied with the breakers should be furnished. While furnishing the list of accessories, items which will be
manufactured by the Bidders and balance items, which will be procured from sub-Bidder/manufacturers
should be clearly identified and stipulated in the bid.
CGM(PP&D), APDCL’s Samaguri bid document Page 95
32.0 GUARANTEED TECHNICAL PARTICULARS:
32.1 It is obligatory on the part of bidders to furnish Guaranteed Technical Particulars enclosed with the bid
document duly filled in complete in all respects. In case Guaranteed Technical Particulars duly filled in
complete in all respects is not furnished, the bid may be treated as non-responsive.
32.2 The salient technical particulars of the VCB should be as follows:
SN Type of Circuit Breaker 36 KV VCB
,Outdoor 36 KV VCB ,Outdoor
1. Standards Applicable IEC 62271-100 /200 & IS 13118
2. Nominal System Voltage (KVrms) 33 kV 11KV
3. Highest system voltage 36kV 12KV
4. Rated continuous current at design temperature of 50
deg.C (Amps) 1250A 800A
5. Rated Frequency (Hz) 50 HZ 50 HZ
6. Design ambient temperature 50 deg 500
C
7. Maximum temperature rise for main contacts over
desugn ambient temperature of 50 deg.C 40 deg.C 50
0 C
8. Short time current rating (kA) 25 kA for 3 sec 25 kA for 3 sec
9. Rated Short circuit making current (peak) 62.5 KA 62.5 KA
10. Rated Operating Duty
0-0.3 sec-CO-3 min-
CO
0-0.3 sec-CO-3 min-
CO
11.
Operating Mechanism [with mech. Spring charging
indicator, mech. ON/OFF indicator, push button
/lever for manual close/emergency trip; operation
counter; manual spring charge handle ]
Motor operated spring
charging suitable
for 230V AC/ 110V
DC
Motor operated spring
charging suitable
for 230V AC/ 110V
DC
12.
a) Type of operating mechanism for
i) Closing
ii) Opening
Spring Charging
Spring Charging
Spring Charging
Spring Charging
13.
Dielectric withstand voltage
i) One minute dry & wet power frequency withstand
voltage
a) Between live terminal and ground (kVrms) 70 KV 28 KV
b) Between terminals with breaker contacts open (kVp) 70 KV 28 KV
ii) 1.2/50 micro second impulse withstand test voltage
a) Between live terminal and ground (kVp) 170 KV 75KV
b) Between terminals with breaker contacts open (kVp) 170 KV 75 KV
CGM(PP&D), APDCL’s Samaguri bid document Page 96
TECHNICAL SPECIFICATION CONTROL AND RELAY PANELS
1.0 SCOPE
1.1. This specification provides for design, engineering, manufacture, assembly, shop testing, inspection
and testing at works, transport to site, insurance, storage, erection and commissioning of Control,
Relay, Alarm and Annunciation Panels for 33/11 KV, Substations.
1.2. It is not the intent to specify completely herein all details of the design and construction of
equipments. However, the equipment shall conform in all respects to high standards of engineering,
design and workmanship and shall be capable of performing in continuous commercial operation
acceptable to the purchaser, who will interpret in a manner the meanings of drawings and
specifications and shall have the power to reject any material which in his judgment is not in
accordance therewith. The equipment offered shall be complete with all components necessary for
its effective and trouble free operation. Such components shall be deemed to be within the scope of
Bidder's supply, irrespective of whether these are specifically brought out in this specification and/or
the commercial order or not.
1.3. It may be noted that the Control & Relay Panels must meet the following minimum criteria. Failure
to comply with the requirements may results in rejection of the BID as non-responsive:
1.3.1. The Manufacturer must have designed, manufactured, type tested and supplied Control & Relay
Panels in at least two power utilities of similar rating which are in successful operation for at least 5
(Five) years as on the date of bid opening. Which should be substantiated by furnishing
performance report by the official of the rank of minimum DGM/SE
2.0 STANDARDS
All equipment provided under this specification shall in general conform to the latest revision/amendment etc.
of the following:
Sl No. Standard Title
1 IS: 3231, IEC 255 Part-I to III, BS:
89 Electrical relays for power system protection.
2 IS: 1248; IS: 2419; BS: 89 Indicating instruments
3 IS-13010; IS: 722(Part-I to IX)
IEC 521; BS 3T Energy meters
4 IS: 4237 General requirement of switchgear and control gear for
voltages not exceeding 1 KV
5 IS: 375 Marking arrangement for switchgear, busbars, main
connection & auxiliary wiring.
6 IS: 8686, IEC-255 Part V &VI
IEC 801-4 Specification for static protective relays and tests
7 IEC 337; IEC: 337-1; IS: 6875 Control switches ( LV switching devices for control and
auxiliary circuits)
8. IS: 2516 MCCB sand load break switches having a break capacity
of 30 KVA rms at 415 V.
9 IS: 4047 Fuse switching units
10 IS: 2208 HRC fuse links
11 IS: 2705; IEC-185 Current transformers
12 IS: 3156; IEC: 186 Potential transformers
13 IS: 8623 Factory built assemblies of switchgear & control gear for
voltages upto & including 1000V AC & 1200 V DC
14 IEC: 439 Low voltage switchgear and control gear assemblies
15 IS: 4237 General requirement of switchgear & control gear for
voltages not exceeding 1000V
16 IS: 2147 Degree of protection provided by enclosures for low
voltage switchgear and control gear
17 IS: 5028 Aluminium alloy bars
18 IS: 1897 Copper strips for electrical purpose
19 IS: 3618; IS : 6005 Code of practice for phosphate
CGM(PP&D), APDCL’s Samaguri bid document Page 97
2.1. Equipment meeting with the requirements of other authoritative Standards, which ensure equal or better
performance than the standards mentioned above, shall also be considered. When the equipment offered by
the Bidder conforms to other standards, salient points of difference between standards adopted and the
standard specified in this specification shall be clearly brought out in the relevant schedule. Four copies of
such standards with authentic translation in English shall be furnished along with the offer.
3.0 CLIMATIC CONDITIONS
3.1. The climatic and isoceraunic conditions at site under which the equipments shall operate
satisfactorily under the tropical conditions specified in this bidding documents.
3.2. The reference ambient temperature assumed for the purpose of this specification are as follows:
i. Maximum ambient temperature : 40° C
ii. Maximum average daily ambient temperature : 35° C
iii. Maximum average yearly ambient temperature : 30° C
4.0 PRINCIPAL PARAMETERS
4.1. The details of Current Transformer are given below:
20 IS: 4064 Air break switches, air break disconnectors, air break
disconnectors & fuse combination units for voltages not exceeding 1000 V AC or 1200 V DC.
21 IS: 9224 Part II HRC cartridge fuses
22 IS: 5578 Guide for making of insulated conductors
23 IS: 2032 Graphical symbols Ref-abbreviations
Name and Address
24 IEC Institution Electro Technical Bureau. Central dale
commission Electro Technique International. 1. Rue de vermbe Geneva Switzerland
25 ISO International Organization for standardization. Danish
Board of Standardization..Danish Standardizating Sruat Aurehoeqvaj-12 DK- 2990, Heel prup Denmark
26 IS Bureau of Indian Standard Standards Manak Bhawan 9, Bahadur Shah Zafar Marg, New Delhi- 110 002, India.
Core
No.
Accuracy class
Burden Minimum knee point
voltage as per Formula
Purpose
33 KV side Transformer CT Ratio: 200-100/5-5-5 A
1 5 P 20 30 VA ---- O/L & E/F Protection
2 PS ---- Min. Vk = 100 V
Max. Im= 0.03 A
Transformer differential
protection
3 accuracy0.5,
Instrument
security factor < 5
15 VA ------ Metering
33 KV side Feeder CTs Ratio: 400-200/5-5 A
11 KV side Transformer CT Ratio: 600-300/5-5 -2.89 A
1 5 P 10 30 VA ---- O/L & E/F Protection
2 PS ---- Min. Vk = 200 V
Max. Im= 0.03 A
Transformer differential
protection
3 Accuracy 0.5 15 VA ------ Metering
12 V side Feeder CT Ratio: 400-200/5-5 A
CGM(PP&D), APDCL’s Samaguri bid document Page 98
33 KV Voltage Transformer : 33KV/ 3 /110V/ 3 (VA burden : 100VA, Accuracy class:1.0, 6P)
11 KV Voltage Transformer: 11 KV/ 3 /110V/ 3 (VA burden : 100VA, Accuracy class:1.0, 6P)
33 KV Isolator : 33 KV, double break,800A with earth switch & without earth switch.
11 KV Isolator : 11 KV double break, 1250A,800A,630A with earth switch & without earth switch.
Breakers for HV & LV sides of transformer
HV side breaker : VCB, Outdoor
LV (11KV ) side breaker : Vacuum type, Indoor/Outdoor
Rating of closing coil & Trip coil : 110 V DC,
Number of auxiliary contact : 6 N/O and 6 N/C
Both HV & LV breakers are provided with two sets of trip coils( Each set common to all three
phases)
5.0 Drawing, Manuals, Literatures etc.
5.1. The tenderer shall furnish along with his tender fully dimensioned drawings of the equipments
offered, along with illustrated and descriptive literatures, for various component parts like relays,
meters, control switches etc. to enable the purchaser for proper evaluation of the offer. The tenders
shall also be accompanied with the schematic drawings showing protection, indicating metering
schemes etc
5.2. Soon after the award of the contract and before proceeding with the manufacturing works, the
successful tenderer shall furnish drawings in quadruplicate which shall include but not limited to the
followings for approval of the purchaser:
i) Principal layout drawings for the Boards showing the equipments on the panels with
dimensions. A list of the equipments mounted on each panel shall be prepared and tabulated in
the same drawings. The drawings shall also show the constructional details, foundation details
indicating foundation bolts, cable entries etc.
ii) Elementary control drawings and other schematics for the equipments furnished, including
protection, metering, annunciating and indicating circuit, breaker control ,circuits etc. All wires
terminals shall be clearly marked and numbered as per general practice.
iii) Single line and three line diagrams showing all AC and D.C power connections and all
secondary connectors for relays, meters etc.
iv) Internal wiring diagrams of all the panels and boards giving internal wiring connections for
all the equipments in the panels. The drawings shall also clearly indicate the connections to be
made at site or to the external equipments or between boards etc. with wires terminals marked
properly.
v) After approval of the drawings the tenderer shall furnish six copies of the each of the final
drawings along with the literatures, instruction manuals etc. for purchaser's reference.
In addition to the above the successful bidders shall supply three sets each of the following relevant
equipments supplied to each substation:
a. All final drawings mentioned above.
b. Literature describing construction, operation, adjustment, testing, calibration, maintenance of all
protective and auxiliary relays, instruments, control switches etc.
c. List of spare parts giving identification numbers of the parts.
CGM(PP&D), APDCL’s Samaguri bid document Page 99
6.0 GENERAL TECHNICAL REQUIREMENT
Control & Relay panels: Detailed Description
The control and relay panels shall be of Simplex type. Each Simplex panel shall consist of a vertical front
panel with equipment mounted thereon and having wiring access from the rear. It shall have double leaf
door with lift off hinges at the back for panels of width more than 800 mm. Doors shall have handles with
built-in locking facility.
7.0 Constructional Features
7.1. Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof. The
enclosure shall provide a degree of protection not less than IP-51 in accordance with IS:2147.
7.2. Panels shall be free standing, floor mounting type and shall comprise structural frames enclosed
completely with specially selected smooth finished, cold rolled sheet steel of thickness not less
than 3 mm for weight bearing members of the panels such as bass frame, front sheet and
door frames, and 2.0 mm for sides, door top and bottom portions. There shall be sufficient
reinforcement' to provide level Surface resistance to vibration and rigidity during transportation and
installation.
7.3. All doors, removable covers and panels shall be gaskets all around with neoprene gaskets.
Ventilation louvers to be provided having screens and filters. The screens shall be made of brass
wire mesh.
7.4. Design, materials selection and workmanship shall be such as to result in neat appearance inside
and outside with no welds, rivets or bolt head apparent from outside, with all exterior surfaces true
and smooth.
7.5. All necessary anchor bolts and other materials required for foundation of panels shall be supplied
7.6. Cable entries to the panel shall be from the bottom. The plates of the panel shall be fitted with
removable gland plates for fixing the cable glands. Necessary number of cable glands of sizes to
suit owner's external cables to the panels shall be supplied by the bidder. Cable glands shall be
screwed type, and shall be suitable for PVC cables. Cable gland plate fitted in the bottom of the
panel shall be connected to the earthing Panel / Station through a flexible braided copper conductor
rigidly.
7.7. Relay panels of modern, modular construction would also be acceptable.
7.8. The total height of the panel shall be 2250 mm. The depth of the panel shall be 600 mm. The
panels shall have suitable width required for mounting of all the equipments on the front panel.
7.9. The panels shall match with the existing panels in APDCL substations, the details of which will be
furnished to the successful bidder. Matching includes height , depth of the panels, colour matching
and mimic matching' and arrangement of equipment on the front.
8.0 Mounting
8.1. All equipment on and in panels shall be mounted and completely wired to the terminal blocks ready
for external connection. The equipment on front of panel shall be mounted flush.
8.2. Equipment shall be mounted such that removal and replacement can be accomplished individually
without interruption of service to adjacent devices and are readily accessible without use of special
tools. Terminal marking shall be clearly visible.
8.3. The contractor shall carry out cutouts, mounting and wiring of the free issue items supplied by
others, if any which are to be mounted in this panel in accordance with the corresponding
equipment manufacturer's drawings. Cutouts if any, provided for future mounting of equipment shall
be properly blanked off.
8.4. The center lines of switches, push buttons and indicating lamps shall be not less than 750 mm from
the bottom of the panel. The center lines of relays, meters and recorders shall be not less than 450
mm from the bottom of the panel.
8.5. The center lines of switches, push buttons and indicating lamps shall be matched to give a neat and
uniform appearance. Likewise the top lines of all meters, relays and recorders etc., shall be
matched.
CGM(PP&D), APDCL’s Samaguri bid document Page 100
8.6. No equipment shall be mounted on the doors.
8.7. All the equipment connections and cabling shall be designed and arranged to minimize the risk of
fire and damage which may be caused by fire.
9.0 Panel Internal Wiring and Other Accessory Equipment
9.1. Panels shall be supplied completely. with interconnecting wiring provided between all electrical
devices mounted and wired in the panels and between the devices and terminal blocks for the
devices to be connected to equipment outside the panels. When panels are arranged to be located
adjacent to each other all inter panel wiring and connections between the panels shall be furnished
and the wiring shall be carried out internally. These adjacent inter panel wiring shall be clearly
indicated in the drawing furnished by the contractor.
9.2. All wiring shall be carried out with 1100 V grade, single core, stranded copper conductor wires
with PVC insulation and shall be heat resistant grade and vermin and rodent proof. The minimum
size of the stranded copper conductor used for internal wiring shall be as follows:
i) All circuits except current transformer and potential transformer circuits one multi strand
2.5 Sq. mm per lead
ii) Current transformer circuit : one 4.0 Sq. mm per lead. The minimum number of strands
per conductor shall be three.
9.3. All internal wiring shall be securely supported, neatly arranged, readily accessible and connected to
equipment terminals and terminal blocks. Wiring gutters and troughs shall be used for this purpose.
9.4. Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation circuits and
other common services shall be provided near the top of the panels running throughout the entire
length of the panels.
9.5. Wire termination shall be made with solder less crimping type and tinned copper ring type lugs
which firmly grip the conductor and insulation. Insulted sleeves shall be provided at all the wire
terminations. Engraved core identification plastic ferrules marked to correspond with panel wiring
diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wire and shall not
fall off when the wire is disconnected from terminal blocks
9.6. All wires directly connected to trip circuit of breaker or device shall be distinguished by the addition
or red coloured unlettered ferrule. Number 6 and 9 shall not be included for ferrule purposes.
9.7. Longitudinal troughs extending throughout the full length of the panel shall be preferred for inter
panel wiring. Interconnections to adjacent panel shall be brought out to a separate set of terminal
blocks located near the slots or holes meant for taking the inter connecting wires. Arrangements
shall permit easy inter connections to adjacent panels at site and wires for this purposes shall be
provided by contractor looped and bunched properly inside the panel.
9.8. The Successful bidder shall be solely responsible for the completeness and correctness of the
internal wiring and for the proper functioning of the connected equipment.
10.0 Terminal Blocks
10.1. All internal wiring to be connected to the external equipment shall terminate on terminal blocks
preferably vertically mounted on the side of each panel. Terminal blocks shall be 1100 V grade and
have 10 amps continuous rating ,complete with insulated barriers, stud type terminals, washers,
nuts and lock nuts. Terminal block design shall include a white fibre markings strip with clear plastic
slip-on terminal covers. Markings on the terminal strips shall correspond to wire number and
terminal numbers on the wiring diagrams.
10.2. Terminal blocks for current transformer and voltage transformer secondary leads shall be provided
with test links and isolating facilities. Also current transformer secondary leads shall be provided
with short-circuiting and earthing facilities.
CGM(PP&D), APDCL’s Samaguri bid document Page 101
10.3. At- least 20 % spare terminals shall be provided on each panel and these spare terminals shall be
uniformly distributed on all terminal blocks.
10.4. Unless otherwise specified. terminal blocks shall be suitable for connecting the following conductors
of purchasers cable on each side
i. All circuits except current and potential transformer circuits : minimum of one of 2.5
sq.mm copper.
ii. All CT and PT circuits: minimum of two of 4.0 mm square copper.
10.5. There shall be a minimum clearance of 250 mm between the first row of terminal blocks and
associated cable gland plate. Also the clearance between two rows of terminal blocks shall be
minimum, of 150 mm.
10.6. Arrangement of the terminal block assembles and the wiring channel within the enclosure shall be
such that a row of terminal blocks is run parallel and in close proximity along each side of wiring
duct to provide for convenient attachment of internal panel wiring. The side of the terminal block
opposite the wiring duct shall be reserved for purchaser's external cable connection. An adjacent
terminal block shall also share this fired wiring corridor. A steel strip shall be connected between
adjacent terminal block rows at 450 mm intervals for support of incoming cables.
10.7. The number and sizes of the Purchaser's multi-core incoming cable will be furnished to the
Contractor after placement of the order. All necessary cable terminating accessories such as gland
plates, packing glands, crimp type tinned copper lugs supporting clamps .and brackets, wiring
troughs and gutters etc., for purchaser's cable shall be included in contractor's scope of supply.
11.0 Painting
11.1. All sheet steel work shall be phosphated, in accordance with the 18:6005 "Code of Practice for
phosphating iron and steel". Oil, grease, dirt and sweat shall be thoroughly removed by emulsion
cleaning. Rust and scale shall be removed by picking with dilute acid followed by washing with
running water rinsing with a slightly alkaline hot water and drying.
11.2. After phosphating thorough rinsing shall be carried out with clear water followed by final rinsing with
dilute dichromate solution and oven drying. The phosphate coating shall be sealed with application
of two coats of ready mixed, stoved type zinc chromate primer. The first coat may be "flash dried"
while the second coat shall be stoved .
11.3. After application of the primer, two coats of finishing synthetic enamel paint shall be applied, each
coat followed by stoving. The second finishing coat shall be applied after completion of tests. The
exterior Colour of the paint shall be selected by the purchaser at a later date.
11.4. Each coat of primer and finished paint shall be of a slightly different shade to enable inspection of
the painting. The powder coat paint shade should Air Craft Grey (IS : 5) and thickness of 50-60
microns.
A small quantity of finished paint shall be supplied for minor touching up required at site after
installation of the panels.
11.5. In case the bidder proposes to follow any other established painting procedure like electrostatic
painting, the procedure shall be submitted along with offer/bid for purchaser's review and approval.
12.0 Mimic Diagram
12.1. Coloured mimic diagram and symbols showing the exact representation of the system shall be
provided in the front of control panels.
12.2. Mimic diagram shall be made preferably of anodized aluminum or plastic of approved fast Colour
material which shall be screwed on to the panel and can be easily cleaned. Painted overlaid mimic
is also acceptable. The mimic bus shall be 2 mm thick. The width of the mimic bus shall be 10 mm
for bus bars and 7 mm for other connections.
12.3. Mimic bus Colour will be decided by the Purchaser and shall be obtained from the Purchaser by the
successful Bidder.
12.4. When semaphore indicators are used for isolator position they shall be so mounted in the mimic
that the isolator closed position shall complete the continuity of mimic.
12.5. Indicating lamp, one for each phase for each bus shall be provided on the mimic to indicate bus
charged condition.
CGM(PP&D), APDCL’s Samaguri bid document Page 102
13.0 Name Plates and Markings
13.1. All equipment mounted on front and rear side as well as equipment mounted inside the panels shall
be provided with individual nameplates with equipment designation engraved. Also on the top of
each panel, on front as well as rear side, large and bold nameplates shall be provided for
circuit/feeder designation.
13.2. AlI front mounted equipment shall be also provided at the rear with individual name plates engraved
with tap numbers corresponding to the one shown in the panel internal wiring to facilitate easy
tracing of the wiring. The nameplates shall be mounted directly by the side of the respective
equipment in a visible manner and shall not be hidden by the equipment wiring.
13.3. Nameplates shall be made of non-rusting metal or any other suitable material. Nameplates shall be
black with white engraving lettering. The nameplates inscription and size of nameplates and letters
shall be submitted to the purchaser for approval.
13.4. Each instrument and meter shall be prominently marked with the quantity measured e.g. kV, A,
MW, etc. All relays and other devices shall be clearly marked with manufacturer's name,
manufacturer's type, serial number and electrical rating data.
13.5. Each switch shall bear clear inscription, identifying its function e.g. "BREAKER" ,"52 A’’,
"AMMETER" etc. Similar inscriptions shall also be provided on each device whose function is not
otherwise identified. If any switch device does not bear this inscription separate name plate giving
its function shall be provided for it. Switch shall also have clear inscription for each position
indicating e.g. "TRIP-NEUTRAL-CLOSE", "ON-OFF", "R-Y-B-N:-OFF", etc.
14.0 Miscellaneous Accessories and Supporting Steel
14.1. Plug point- An AC 240 Volts, single phase, 5A, 50 HZ AC plug point shall be provided in the interior
of each cubicle with "ON-OFF" Switch for connection of hand lamps.
14.2. Interior lighting: Each panel shall be provided with a CFL lighting fixture rated for 240 volts, single
phase, 50 HZ supply for the interior illumination of the panel during maintenance. The fittings shall
be complete with switch fuse unit and switching of the lighting shall be controlled by the respective
panel door switch.
14.3. One DC emergency lamp is to be fitted and should be complete with switch fuse unit.
14.4. Each control panel shall be provided with necessary arrangements for receiving, distributing,
isolating and fusing of DC and AC supplies for various control signaling, lighting and space heater
circuits. MCBs for the incoming circuits and fuses for sub-circuits shall be provided. Selection of the
main and sub-circuit fuse rating shall be such as to ensure selective clearance of sub-circuit faults.
Potential circuit for relaying and metering shall be protected by fuses. All fuses shall be HRC
cartridge type conforming to IS : 2208 mounted on plug-in type fuse bases. All accessible live
connection to fuse bases shall be adequately shrouded. Fuses shall have operation indicators for
indicating blown fuse condition. Fuse carrier base shall have imprints of the fuse rating and voltage.
14.5. Supporting Steel: All necessary foundation anchor bolts and other parts of supporting and
fastenings, of the panels shall be supplied by the contractor.
15.0 Earthing
15.1. All panels shall be equipped with an earth bus securely screwed. Location of earth bus shall ensure
no radiation interference for earth systems under various switching conditions of isolators and
breakers. The material and the sizes of the bus bar shall be at least 25 x 6 mm copper flat.
15.2. When several panels are mounted adjoining each other, the earth bus shall be made continuous
and necessary connectors and clamps for this purpose shall be included in the scope of supply of
contractor. Provision shall be made for extending the earth bus bars to future adjoining panels on
either side.
15.3. Provision shall be made on each earth bus bars of the end panels for connecting purchaser's
earthing grid. Necessary terminal clamps and connectors for this purpose shall be included in the
scope of supply of contractor. The wire or screens should be clearly bonded and earthed at the
gland plate.
CGM(PP&D), APDCL’s Samaguri bid document Page 103
15.4. All metallic cases of relays, instruments and panel mounted equipment shall be connected to the
earth bus preferably by independent copper wires of size not less than 2.5 Sq.mm. The colour code
of earthing wires shall be green. Earthing wire shall be connected on terminals with suitable clamp
connectors and soldering shall not be permitted.
15.5. Looping of earth connections which would result in loss of earth connection to other devices where
the loop is broken shall not be permitted. However, looping of earth connections between
equipment to provide alternative paths to earth bus shall be provided.
15.6. VT and CT secondary neutral or common lead shall be earthed at one place only at the terminal
blocks where they enter the panel. Such earthing shall be made through links so that earthing may
be removed from one group without disturbing continuity of earthing system for other groups.
16.0 Metering Instruments: Instruments and Meters
16.1. All instruments, meters, recorders and transducers shall be enclosed in dust proof, moisture
resistant, black finished cases and shall be suitable for tropical use. They shall be calibrated to read
directly the primary quantities. They shall be accurately adjusted and calibrated at works and shall
have means of calibration, check and adjustment at site. All accessories including test switches and
test plugs, where applicable shall be furnished. Their elements shall be shock resistant and
shielded from external magnetic fields.
16.2. Ammeters:
16.2.1. All ammeters shall be of digital type and provided with direct reading triple range scale. Scale
value of ammeters shall be equal to 1 to 1.3 times the rated primary current of the associated
current transformer feeding it. The rated current shall be 5.0 Amp. Accurate reading of ammeter
shall be possible at the lowest limit of 5 % of the rated current. Accuracy class 1.0 or better as per
IS: 1248
16.3. Voltmeter:
16.3.1. All voltmeters shall be of digital type direct reading scale. The maximum scale value of
voltmeters shall be 50% in excess of the primary voltage of the associated PTs. The rated voltage
of the voltmeter shall be 110 volts A.C., accuracy class 1.0 or better as per IS: 1248.
16.4. Watt meters
16.4.1. Digital watt meters wherever specified shall be 3 phase, 4 wire three element type provided with
direct reading scales. The scale values of wattmeter shall be as per ratio of the measuring cores of
respective CTs and PTs. The current coils shall be rated for 5/1 ampere and voltage coils for 110
volt continuous. The wattmeters shall be suitable for circuits with unbalanced loads to be usually
met with in commercial service. Accuracy class will be 1.0 or better as per IS: 1248.
16.4.2. Frequency Meter : Digital frequency meter (47-52KV, 3 ½ digit, Accuracy class :1.0 )
16.5. Energy Meters :
16.5.1. Energy meters shall be static type conforming to IEC 687 and suitable for bi-directional power
flow. The static meter shall measure active and reactive energy both import and export, by 3
phases 4 wire principle suitable for ba1anced / unbalanced 3 phase load. Accuracy of meter shall.
be 0.5for active energy and 0.5 for reactive energy. The active and reactive energy shall be
directly computed in CT & VT primary values and stored in four different registers as MWH (E),
MWH(I), MVARH (E) and MVARH (I) along with a plus sign for export and minus sign for import.
CT secondary is 5 A the appropriate ratios of meters shall compute the energy sent out/received,
from/to the station bus bar during each successive 15 minute block and store in the respective
registers. Meter shall display on demand the energy sent out! received during the previous 15
minute block. Further the meter shall continuously integrate the energy readings of each register
upto that time. All these readings shall be displayed on demand. Cumulative reading of each
register ·shall be stored in non-volatile memory at the end of each hour of day starting from 01
CGM(PP&D), APDCL’s Samaguri bid document Page 104
hours. These readings shall be stored for a period of 40 days before being erased. The static
meter shall have built in clock and calendar having an accuracy of 1 minute per month or better.
Date / time shall be displayed on demand.
16.5.2. Each meter shall have a unique identification code provided by purchaser and shall be marked
permanently on the front and also on the non-volatile memory. The voltage monitoring of all the
three voltages shall be provided.
16.5.3. The meter shall normally operate with power drawn from VT supplies. Power supply to the
meter shall be healthy even with a single phase VT supply. An automatic back up shall be
provided by a built in life time battery and shall not need replacement for at least ten years with a
continuous VT interruption of even two years. Date and time of VT interruption and restoration
shall be automatically stored in non-volatile memory.
16.5.4. The meter shall have an optical port at the front of the meter for data collection by a hand held
device. The meter shall have means to test MWH accuracy and for connecting it to time of day
tariff equipment.
16.5.5. The meter should have optical port for local communication. RS 232 and RS 485 port
should be incorporated along with Ethernet port.
16.5.6. The bidder is to provide the software for meter for downloading and up loading to base
computer along with one hand held common meter reading instrument along with software.
16.5.7. The meter should preferably be either Secure or L & T make as per APDCL’s
specification.
17.0 Relays:
17.1. All relays shall conform to the requirements of IS:3231 or other applicable approved standards.
Relays shall be suitable for flush or semi flush mounting on the front with connections from the rear.
Relays shall be rectangular in shape and shall have dust tight, dull' black or egg shall black enamel
painted cases with transparent cover removable from the front.
17.2. All protective relays shall be numeric with communication port RS232/RS485 with SCADA facility
,in draw out or plug-in type / modular cases with proper testing facilities. The testing facilities
provided on the relays shall be specifically stated in the bid. Necessary test plugs shall be supplied
loose and shall be included in Contractor's scope of supply. Test block and switches shall be
located immediately below each relay for testing. As an alternative to test block and test plug
arrangements the Bidder shall also quote alternative testing facility of protective relays by providing
a push button which when pressed connects the testing equipment to the relay coils and injects
current in the coil and automatically disconnects the trip circuits and on operation of relay gives a
signal that the equipment and the circuits are correct.
17.3. The purchaser reserves the right for accepting anyone of the above two testing facilities. Unless
otherwise specified all auxiliary relays and timers shall be supplied in non-draw out cases/plug in
type modular cases.
17.4. All AC relays shall be suitable for operation at 50 Hz AC Voltage operated relays shall be suitable
for 110 Volts VT secondary’s and current operated relays for 5 Amp CT secondary’s as specified in
this specification. DC auxiliary relays and timers shall be designed for 110 V DC voltage and shall
operate satisfactorily between 70 % and 110% of rated voltage. Voltage operated relays shall have
adequate thermal capacity for continuous operation.
17.5. The protective relays shall be suitable for efficient and reliable operation of the protection scheme
described in the specification. Necessary auxiliary relays and timers required for interlocking
schemes for multiplying of contacts/suiting contact duties of protective relays and monitoring of
control supplies and circuits, lockout relay monitoring of circuits etc., and also required for the
complete protection schemes described in the specification shall be provided.
17.6. All protective relays shall be provided with at least two pairs of potential free isolated output
contacts. Auxiliary relays and timers shall have pairs of contacts as required to complete the
scheme. Contacts shall be silver faced with spring action. Relay cases shall have adequate number
of terminals for making potential free external connections to the relay coils and contacts including
CGM(PP&D), APDCL’s Samaguri bid document Page 105
spare contacts. Relay case size shall be so chosen as not to introduce any limitations on the use of
available contacts on the relay due to in-adequacy of terminals. Paralleling of contacts, if any, shall
be done at the terminals on the casing of the relay.
17.7. All protective relays, auxiliary relays and timers except the lock out relays and interlocking relays
specified shall be provided with self-reset type contacts. All protective relays and timers shall be
provided with externally hand reset positive action operation indicators, provided with inscription,
subject to purchaser's approval. All protective relays which do not have built in hand reset operation
indicators shall have additional auxiliary relays with operating indicators for this purpose. Similar
separate operating indicator (auxiliary relays) shall also be provided in the trip circuits of protections
located outside the board such as bucholz relays, temperature protection, fire protection. etc.,
17.8. Timers shall be done of the electromagnetic or solid state type. Pneumatic timers are not
acceptable. Short time delays in terms of milliseconds may be obtained by using copper slugs on
auxiliary relays. In such case it shall be ensured that the continuous rating of the relay is not
affected. Time delay in terms of milliseconds obtained by the external capacitor resistor
combination is not acceptable.
17.9. No control relay which shall trip the power circuit breaker when the relay is de-energized shall be
employed in the circuits.
17.10. Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing
and maintenance.
17.11. All relays shall withstand a test voltage 2.5 kVrms voltage,50Hz for one second.
17.12. Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type. If series relays are used the following, shall be strictly ensured:
i. The operating time of the series seal-in-unit shall be sufficiently shorter than that of the trip coil
or trip relay in series with which it operates to ensure definite operation of the flag indicator of
the relay.
ii. Seal-in-unit shall obtain adequate current for operation when one or more relays operate
simultaneously.
iii. Impedance of the seal-in-unit shall be small enough to permit satisfactory operation of the trip
coil on trip relays when the DC supply voltage is minimum.
17.13. All protective relays and alarm relays shall be provided with one extra isolated pair of contacts
wired to terminals exclusively for purchaser's use.
17.14. For numeric relays the following requirements shall be met with :
17.14.1. Numerical relay shall have both RS 485 and RS 232 communication ports. And ten numbers
digital IO. Relay software is required.
17.14.2. The numerical relays shall be completely numerical with protection elements realized using
software algorithm.
17.14.3. The relay should have high immunity to electrical and electromagnetic interference. Relay
should confirm to following mandatory type test for safe operation of relay :
a. High frequency disturbance test as per IEC 610 – 4-1 b. Fast transient disturbance test as per IEC 61000 – 4-4 c. Electrostatic discharge as per IEC 61000 – 4-2 d. Radio frequency interference as per ANSI C 37.90.2 e. Impulse test as per IEC 6100 – 4-3
18.0 Annunciation System:
18.1. Alarm annunciation system shall be provided for the control board by means of visual and audible
alarm in order to draw the attention of the operator to the abnormal operating conditions or the
operation of some protective devices. The annunciation equipment shall be suitable for operation
with 110 V DC voltage.
18.2. The visual annunciation shall be provided by annunciation facia, mounted flush on the top of the
panels. The audible alarm shall be provided by alarm buzzer and bell for trip and non-trip alarm
respectively.
CGM(PP&D), APDCL’s Samaguri bid document Page 106
18.3. The annunciator fascia shall be provided with translucent plastic window for alarm point with
minimum size of 35 mm x 50 mm. The facia plates shall be engraved in black lettering with
respective inscriptions which will be furnished to the Bidder by the purchaser.
Alarm inscriptions shall be engraved on each window in not more than three lines and size of the
let6tering shall not be less than 5 mm.
18.4. Each annunciation window shall be provided with two white lamps in parallel to provide safety
against lamp failure. Long life lamps shall be used. The lamp circuit shall include series resistor of
adequate rating. The cover plate of the facia windows shall be flush with the panel and shall be
capable of easy removal to facilitate replacement of lamps. The transparency of cover plates and
wattage of the lamps provided in the facia windows shall be adequate to ensure clears visibility of
the inscriptions in the control room having high illumination intensity (500 lux) from the location of
the operator's desk.
18.5. TRIP AND NONTRIP facia shall be differentiated. All TRIP facia shall have red colour and all
NONTRIP facia shall have white colour.
Sl.
No. Alarm condition Fault contact
Visual
Annunciation
Audible
Annunciatio
n
1 Normal Open Off Off
2 Abnormal Close Flashing on
3 Acknowledge push button
is pressed
Close
open
Steady on
Steady on
Off
Off
4 Reset push button is
pressed Close On Off
5 Lamp test push button
pressed Open Steady on Off
18.6. Visual and audible annunciation for the failure of DC supply to the annunciation system shall also
be provided and this annunciation shall operate on 240 volts AC supply with separate fuses. On
failure of the power supply to the annunciation system for more than 3 seconds (adjustable setting)
an indicating lamp shall light up and a bell shall sound. A separate push button shall be provided for
cancellation of this audible alarm alone but the indicating lamp shall remain steadily lighted till the
supply to the annunciation system is restored. The sound of the audible alarm (bell) provided for
this annunciation shall be different from the audible alarm provided for this annunciation system.
18.7. A separate voltage check relay shall be provided to monitor the failure of supply (240 V AC) to the
scheme mentioned above. If the failure of supply exists for more than 2 to 3 seconds, this relay
shall initiate visual and audible annunciation. The annunciation system described above shall meet
the following additional requirements.
18.8. The annunciation system shall be capable of catering to all simultaneous signals at a time.
i) One self resetting push button shall be provided on each panel for testing in fascia window
lamps. Push buttons for testing flasher and audible alarm circuit of annunciation supply failure·
monitoring shall also be provided. These testing circuits shall be so connected that while test
is being done it shall not prevent the registering of any new annunciation that may land during
the test.
iii) One set each of the following push buttons shall be provided on each panel.
a) Reset push button for annunciation system;
b) Accept push button for annunciation system.
iv) The annunciation shall be repetitive type and shall be capable of registering the fleeting signal.
For fault contacts which open on a fault, it shall be possible at site to change annunciators
from "close to fault" and vice versa.
v) The annunciator shall be suitable for operation with normally open fault contacts which close on
a fault. For fault contacts which open a fault, it shall be possible at site to change annunciators
from "close to fault" and vice versa.
CGM(PP&D), APDCL’s Samaguri bid document Page 107
vi) Only electro-magnetic relay type alarm and annunciation relay schemes are acceptable and
static type annunciation schemes are not acceptable. Contactors are not acceptable for
annunciation system.
19.0 Switches
19.1. Control and Instrument switches shall be rotary operated type with escutcheon plates clearly
marked to show operating position and circuit designation plates and suitable for flush mounting
with only switch front plate and operating handle projecting out. Handles of different shapes and
suitable inscriptions on switches aS per clause 6.8 shall be provided as on aid switch identification.
19.2. The selection of operation handles for the different types of switches shall be as follows:
1 Breaker & isolator switches Pistol grip, black
2 Selector switches Oval or knob, black
3 Instrument switches Round, knurled, black
4 Protection transfer switch Pistol grip, lockable & black
19.3. The control switch of breaker and isolator shall be of spring return to neutral type. The spring return
type shall be provided with target which shall indicate the last operation of the switch. The control
springs shall be strong and robust enough to prevent inadvertent operation due to light touch. The
spring return type switch shall have spring return from close and trip positions to "after close" and
"after trip" positions respectively.
19.4. Instrument selection switches shall be of maintained contact (stay put) type. Ammeter selection
switches shall make-before-break type contacts so as to prevent open circuiting of CT secondaries
when changing the position of the switch. They shall be of 5 position type viz R-Y-B-N-Off.
Voltmeter transfer switches for AC shall be suitable for reading all line-to-line and line-to neutral
voltages for non-effectively earthed systems and for reading all line to line voltages for effectively
earthed systems .
19.5. Lockable type of switches which can be locked in particular positions shall be provided when
specified. The key locks shall be fitted on the operating handles.
19.6. The contacts of all switches shall preferably open and close with snap action to minimize arcing.
Contacts of switches shall be spring assisted and contact faces shall be with rivets of pure silver.
Springs shall be used as current carrying parts.
19.7. The contact combination and their operation shall be such as to give completeness to the interlock
and function of the scheme. The contact rating of the switches shall be as follows:
Contact Rating in Amps
110 V DC 240 V AC
a) Make and carry continuously 10 10
b) Make and carry for 0.5 Sec. 30 30
c) Break
i) Resistive load 3 7
ii) Inductive load with L/R= 40 0.2 7
20.0 Indicating Lamps
20.1. Indicating lamps shall be panel mounting type with rear terminal connections. Lamps shall be of
LED type. Lamps shall have translucent lamp covers to diffuse light coloured red, green, amber,
dear white or blue as specified. The lamp cover shall be of screwed type, un-breakable and
moulded from heat resisting material. 20% of lamps actually used on the boards and 10% of the
lamp bases of various colour actually used shall be supplied in excess to serve as spares.
20.2. The wattage and resistance of the lamps shall be as follows:
110 V -5 to 7 W - 1000 to 2000 Ohms 20.3. Bulbs and lenses shall be interchangeable and easily replaceable from the front of the panel. Tools,
if required for replacing the bulbs and lenses shall also be included in the scope of supply.
20.4. The indicating lamps with resistors shall withstand 120% of rated voltage on a continuous basis.
CGM(PP&D), APDCL’s Samaguri bid document Page 108
21.0 Position Indicators
21.1. Position indicators of 'SEMAPHORE' type shall be provided when specified as part of the mimic
diagrams on panels for indicating the position of circuit breakers, isolating/earthing switches etc.
The indicator shall be suitable for semi-flush mounting with only the front disc projecting out and
with terminal connection from the rear. Their strips shall be of the same colour as the associated
mimic.
21.2. Position indicator shall be suitable for either AC or DC operation as specified. When the supervised
object is in the closed position, the pointer of the indicator shall take up a position in line with the
mimic bus bars, and at right angles to them when the object is in the open position. When the
supply failure to the indicator occur the pointer shall take up an intermediate position to indicate the
supply failure. The rating of the indicator shall not exceed 2.5 W.
21.3. The position indicators shall withstand 120% of rated voltage on a continuous basis.
22.0 Trip Circuit Supervision Relays
22.1. Trip circuit shall be supervised by means of relays. The scheme shall continuously monitor each trip
coil in both pre-close and post-close of the breaker. The scheme shall detect. i) Failure of DC
supply to each trip coil. il) Open circuit of trip circuit wiring and iii) Failure of mechanism to complete
the tripping operation.
22.2. Also 2 Nos. indicating lamps to act in conjunction with trip circuit supervision relays for healthy trip
indication of 2 sets of trip coils shall be supplied.
22.3. Necessary external resistors for trip circuit supervision relays shall be supplied.
23.0 Flag Relays Shall Have
i) Hand reset flag indication ii) Two elements iii) Have necessary NO/NC contacts for each element/coil to meet scheme requirements.
24.0 Detailed Description of Protections
The protection, auxiliary relay and timers and other equipment that are required to be provided are
included in the detailed equipment schedule of panels vide Annexure.-I of this specification The detailed
description of Back up protection and the associated equipment is described below:
The setting ranges of relays given in specification are indicative. The setting ranges of the equipment
offered, if different from the ones specified, shall also be acceptable if they met the functional
requirements.
The bidder shall quote the protection equipment, meeting the following requirements.
33/11 KV TRANSFORMER Control & Relay Panel ( both 33KV & 11 KV side)
a) Differential Protection
It shall have
i) Triple pole high speed percentage biased differential type.
ii) An operating time not more than 30 milli Secs. At 5 times operating current setting of 20%.
iii) Three instantaneous high set over current units
iv) Second harmonic restraint feature and fifth harmonic by pass/restraint feature and also be stable under
normal over fluxing conditions.
v) an operating current setting of 20% or less,
vi) Suitable for rated current of 5A and 1 Ampere
vii) Adjustable bias setting range of 20% to 50%
viii) Two bias windings per phase
ix) Stable on heavy through faults
x) Include necessary separate interposing CTs for angle and ratio correction or have internal features in the
relay to take care of angle and ratio correction.
xi) Relay Shall be of numerical type with communication port RS232/RS485 with Scada facility..
b) Over current and earth fault protection for transformer
CGM(PP&D), APDCL’s Samaguri bid document Page 109
The relay should be numeric with communication port RS232/RS485 with Scada facility ,non-directional
with IDMT characteristics.
Auxiliary relays for transformer protection devices
Auxiliary relay required for bucholtz trip and alarm, HV winding temperature trip & alarm, LV winding
temperature trip & alarm, oil temperature alarm & trip and low oil level alarm, PRV trip, shall be
provided. Each auxiliary relay shall have 2 pairs of contacts and one hand reset flag indicators. The
auxiliary relays may be of non-draw out type
c) Inter Tripping Relays
1 No. inter trip relay to trip HV and LV breakers of the transformer and to isolate the transformer from supply
shall be supplied. The inter trip relay shall be of high speed and shall be provided with hand reset
operation indicator and 4 NO + 2 N/C hand reset contacts for 33 KV breaker and 13 NO + 3 N/C hand
reset contacts for 11 KV breaker.
The protection scheme shall function as follows:
a) Differential relays operated: both HV, and LV breakers trip.
b) OIC & E/F on HV operated: both H.V and LV breakers trip.
c) Buchholz Relay Operated: both HV & L.V. breakers trip.
d) Winding temperature trip contact closed: both HV & LV. breakers trip.
e) Oil temperature - alarm only.
f) PRV Operated: both HV & L.V. breakers trip.
24.1. Relay and Control Panels for 33 kV Feeders
Following meters, relays etc shall be provided in the feeder panel, However. any other items which are
not specifically mentioned in this specification but are required to complete the scheme and for
satisfactory operation of scheme shall also be deemed to be included in this specification.
1) PROTECTIVE RELAYS:
Over current relay 2 Nos
Earth fault relay 1 No
Relays for OIC and E/F protection shall be of numeric non-directional type with communication port
RS232/RS485 with Scada facility ,be of triple pole type with two outer elements for O/C and the other for-
E/F protection. , be with IDMT characteristics with a definite minimum time of 3 sec at 10 times settings.
have a variable setting range of 50-200% for over current and 20-80% for each fault. , be rated for 5/1
ampere, include hand reset flag indicator
24.2. Relay and Control Panels for 11 kV Feeders
1) PROTECTIVE RELAYS:
Over current relay 2 Nos
Earth fault relay 1 No
Relays for OIC and E/F protection shall be of numeric wit communication port RS232/RS485 with
Scada facility non-directional type ,be of triple pole type with two outer elements for O/C and the other
for-E/F protection. with IDMT characteristics with a definite minimum time of 3 sec at 10 times settings.
have a variable setting range of 50-200% for over current and 20-80% for each fault. be rated for 5/1
ampere
2) INSTRUMENTS AND METERS
Following meters and instruments shall be provided in all the panel for 33/11 KV Transformer , 33KV
feeder and 11 KV feeder:
a)One no. Ammeter Digital Type
b)One no. Voltmeter Digital Type
c)One no Watt meter of digital type
d)One no. Frequency meter of digital type
e) Electronic Trivector meter ( as per specification)
CGM(PP&D), APDCL’s Samaguri bid document Page 110
3) CONTROLS
Following control switches shall be provided in the panel:
a) One no., three position (i.e. trip-neutral-close) breaker control switch.
b) One no. Ammeter- selector switch.
c) Push button for trip circuit healthy indication.
d) Selector switch for voltmeter
4) INDICATION AND ALARMS
Following indicating arrangement shall be provided in the feeder panel:
a)Indicating lamps for CB ON/OFF positions 2 nos.
b)Indicating lamp for TRIP CIRCUIT HEALTHY CONDITION 2 No
c)Indicating lamp labeling Breaker Spring changed 1 No
d)Indicating lamp for Auto-trip indication 1 No.
e) Mimic diagram indicating the relevant position of the single
Line diagram of the sub-station incorporating the
Semaphore Indicators for circuit breakers 1 No.
Semaphore indicator for Isolators 2 Nos.
And for Earth switch 1 No.
25.0 AUXILIARY SUPPLY
Auxiliary supplies which shall be made available in substation are as follows:
a) A.C. supply 415 V/240 volts, 50Hz three/single phase
b) D.C. supply: 110 Volts
26.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable
time when the work is in progress. Inspection and acceptance of any equipment under this specification
by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance
with the specification and shall not prevent subsequent rejection if the equipment is found defective
.
CGM(PP&D), APDCL’s Samaguri bid document Page 111
TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND VOLTAGE/POTENTIAL TRANSFORMERS
1.0 SCOPE OF CONTRACT
1.1. This Section of the Specification covers general requirements for design, engineering, manufacture,
assembly and testing at manufacturer’s works of 33kV and 11 kV outdoor Current and Potential
Transformers.
2.0 STANDARDS
2.1. The equipment covered by this specification shall, unless otherwise stated be designed, constructed and
tested in accordance with the latest revisions of relevant Indian Standards and shall conform to the
regulations of local statutory authorities.
2.2. In case of any conflict between the Standards and this specification, this specification shall govern.
2.3. The current transformer shall comply also with the latest issue of the following Indian standard.
2.4.
(i) IS: 2705(Part-I) Current transformers: General requirement.
(ii) IS: 2705(Part-II) Current transformers : Measuring Current transformers
(iii) IS: 2705(Part-III) Current transformers : Protective Current transformers
(iv) IS: 2705(Part-IV) Current transformers: Protective Current transformers for special
purpose application.
(v) IS: 3156(Part-I) Potential transformers: General requirement.
(vi) IS: 3156 (Part-II) Potential transformers : Measuring Potential transformers
(vii) IS: 3156 (Part-III) Potential transformers : Protective Potential transformers
3.0 GENERAL REQUIREMENTS
3.1. The cores of the instrument transformers shall be of high grade, non-aging CRGO steel of low hysteresis
loss and high permeability.
3.2. Instrument transformers shall be of Dead Tank design or Live Tank design.
3.3. The instrument transformers shall be truly hermetically sealed POLYCRETE Type
3.4. A complete leak proof secondary terminal arrangement shall be provided with each instrument
transformers, secondary terminal shall be brought into weather, dust and vermin proof terminal box.
Secondary terminal boxes shall be provided with facilities for easy earthing, shorting, insulating and
testing of secondary circuits. The terminal boxes shall be suitable for connection of control cable gland.
3.5. All instrument transformers shall be of single phase unit.
3.6. The instrument transformers shall be so designed to withstand the effects of temperature, wind load,
short circuit conditions and other adverse conditions.
3.7. All similar parts, particularly removable ones, shall be interchangeable with one another.
3.8. All cable ferrules, lugs, tags, etc. required for identification and cabling shall be supplied complete for
speedy erection and commissioning as per approved schematics.
3.9. The instrument transformers shall be designed to ensure that condensation of moisture is controlled by
proper selection of organic insulating materials having low moisture absorbing characteristics.
3.10. All steel work shall be degreased, pickled and phosphated and then applied with two coats of Zinc
Chromate primer and two coats of finishing synthetic enamel paint.
4.0 COMMON MARSHALLING BOXES
4.1. The outdoor type common marshalling boxes shall conform to the latest edition of IS 5039 and other
general requirements specified hereunder.
4.2. The common marshalling boxes shall be suitable for mounting on the steel mounting structures of the
instrument transformers.
4.3. One common marshalling box shall be supplied with each set of instrument transformers. The
marshalling box shall be made of sheet steel and weather proof. The thickness of sheet steel used shall
be not less than 3.0 mm. It is intended to bring all the secondary terminals to the common marshalling.
4.4. The enclosures of the common marshalling boxes shall provide a degree of protection of not less than IP
55 (As per IS 2147).
CGM(PP&D), APDCL’s Samaguri bid document Page 112
4.5. The common marshalling boxes shall be provided with double hinged front doors with pad locking
arrangement. All doors and removable covers and plates shall be sealed all around with neoprene
gaskets or similar arrangement.
4.6. Each marshalling box shall be fitted with terminal blocks made out of moulded non-inflammable plastic
materials and having adequate number of terminals with binding screws washers etc. Secondary
terminals of the instrument transformers shall be connected to the respective common marshalling
boxes. All out going terminals of each instrument transformer shall terminate on the terminal blocks of
the common marshalling boxes. The terminal blocks shall be arranged to provide maximum accessibility
to all conductor terminals.
4.7. Each terminal shall be suitably marked with identification numbers. Not more than two wires shall be
connected to any one terminal. At least 20 % spare terminals shall be provided over and above the
required number.
4.8. All terminal strips shall be of isolating type terminals and they will be of minimum 10 A continuous current
rating.
4.9. All cable entries shall be from bottom. Suitable removable gland plate shall be provided on the box for
this purpose. Necessary number of cable glands shall be supplied fitted on to this gland plate. Cable
glands shall be screw on type and made of brass.
4.10. Each common marshalling box shall be provided with two numbers of earthing terminals of
galvanised bolt and nut type.
4.11. All steel, inside and outside work shall be degreased, pickled and phosphated and then applied
with two coats of Zinc Chromate primer and two coats of finishing synthetic enamel paint. The colour of
finishing paint shall be as follows: -
4.12. i) Inside: Glossy White
4.13. ii) Outside: Light Grey (Shade No. 697 of IS: 5)
5.0 TESTS
5.1. Routine/Acceptance Tests (all units)
5.2. All routine tests shall be carried out in accordance with relevant Standards. All routine/acceptance tests
shall be witnessed by the Employer/his authorised representative.
5.3. Type Tests: The bidder shall furnish type test certificates and results for the all tests as per relevant
Standards along with the bid for current and potential transformers of identical design.
5.4. Type test certificates so furnished shall not be older than 5 (five) years as on date of Bid opening.
6.0 NAME PLATES
6.1. All equipment shall have non-corrosive name plates fix at a suitable position indelibly mark with full
particular there on in accordance with the standard adapted.
7.0 MOUNTING STRUCTURES
7.1. All the equipment covered under this specification shall be suitable for mounting on steel structures.
Supply of mounting structures is also in the scope of this tender.
7.2. Each equipment shall be furnished complete with base plates, clamps, and washers etc. and other
hardware ready for mounting on existing steel structures.
8.0 SAFETY EARTHING
8.1. The non-current carrying metallic parts and equipment shall be connected to station earthing grid. For
this two terminals suitable for 40mm X 10mm GI strip shall be provided on each equipment.
9.0 TERMINAL CONNECTORS
9.1. The equipment shall be supplied with required number of terminal connectors of approved type suitable
for ACSR/XLPE cable. The type of terminal connector, size of connector, material, and type of
installation shall be approved by the Employer, as per installation requirement while approving the
equipment drawings.
10.0 PRE-COMMISSIONING TESTS
10.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform
any additional test based on specialties of the items as per the field instructions of the equipment
Supplier or Employer without any extra cost to the Employer. The Contractor shall arrange all
instruments required for conducting these tests along with calibration certificates and shall furnish the
list of instruments to the Employer for approval.
CGM(PP&D), APDCL’s Samaguri bid document Page 113
10.2. Current Transformers
(i) Insulation Resistance Test for primary and secondary.
(ii) Polarity test.
(iii) Ratio identification test - checking of all ratios on all cores by primary injection of current.
(iv) Dielectric test of oil (wherever applicable).
(v) Magnetising characteristics test.
(vi) Tan delta and capacitance measurement
(vii) Secondary winding resistance measurement
(viii) Contact resistance measurement (wherever possible/accessible).
10.3. Potential Transformers
(i) Insulation Resistance test for primary (if applicable) and secondary winding.
(ii) Polarity test.
(iii) Ratio test
(iv) Dielectric test of oil (wherever applicable).
(v) Tan delta and capacitance measurement of individual capacitor stacks.
(vi) Secondary winding resistance measurement.
11.0 TECHNICAL DATA SHEET FOR CURRENT AND POTENTIALTRANSFORMERS
11.1. For 33 kV/11kV CTs the instrument security factor at all ratios shall be less than 2.5 for metering
core.
11.2. TYPE AND RATING:
All instrument transformer shall be outdoor type, single phase, polycrete type suitable for mounting on steel structure. The instrument transformer shall have the following ratings and particulars.
SL No. Item
Ratings and Particulars
33 KV 11 KV
A Nominal system voltage 33 kV 11 kV
B Highest system voltage, kV 36 12
C Rated frequency ,HZ 50 50
D System earthing Solidly earth Solidly earth
E Insulation level
a) Impulse withstand voltage: kVp 170 70
b) One minute p.f. Withstand voltage, kV (r.m.s.) 70 28
F Short time current for one second, kA 16 12.5
G Minimum creepage distance, mm 900 320
H Temperature rise As per ISS As per ISS
J TRANFORMER C.T.
(i) No. of Cores 3 3
(ii) Transformation ratio 200-100/5-5-5A 600-300/5-5-2.89A
(iii) Rated out put
(a) Core-1 30 VA 30 VA
(b) Core-2 15 VA 15VA
(C) Core-3 - -
(iv) Accuracy class
(a) Core-1 0.5 0.5
(b) Core-2 5P 5P
(C) Core-3 PS PS
(v) Accuracy limit factor
(a) Core-1 - -
(b) Core-2 10 10
(C) Core-3 - -
CGM(PP&D), APDCL’s Samaguri bid document Page 114
SL No. Item
Ratings and Particulars
33 KV 11 KV
(v) Instrument security factor
(a) Core-1 Less than 5 Less than 5
(b) Core-2 - -
(C) Core-3 - -
(v) Minimum Knee point voltage, Volts
(C) Core-3 100 Volts 100volts
FEEDER CT
(i) No. of Cores 2 2
(ii) Transformation ratio 400-200/5-5-5 100-200/5-5
(iii) Rated out put
(a) Core-1 30 VA 30 VA
(b) Core-2 15 VA 15 VA
(iv) Accuracy class
(a) Core-1 0.5 0.5
(b) Core-2 5P 5P
(v) Accuracy limit factor
(a) Core-1 - -
(b) Core-2 10 10
(v) Instrument security factor
(a) Core-1 <=5 <=5
(b) Core-2 - -
POTENTIAL TRANSFORMER 33kV/√3 /110V/√3 11kV/√3 /110V/√3
(a) Core-1 100 100
(b) Core-2 100 100
(vi) Accuracy class 0.5 05
(v) Rated voltage factor 1.2 1.2
(vi) Accuracy class 0.5 0.5
Note:
(i) It is intended to use different ratios of the same CT at the same time for differential protections and
metering cores. The CTS should therefore be suitable for the above purpose by secondary tapings
only. The ratio change by secondary taps is acceptable as long as the required CT specifications
are achieved at all ratios.
(ii) The knee point voltage specified above shall be at higher ratio/ taps.
CGM(PP&D), APDCL’s Samaguri bid document Page 115
TECHNICAL SPECIFICATION FOR 33kV & 11kV LIGHTNING ARRESTORS
1.0 SCOPE
2.0 This Section covers the specifications for design, manufacture, shop & laboratory testing before
despatch of 33 kV and 11 kV 10 kA, Station class heavy duty, gapless metal (zinc) oxide Surge
Arrestors complete with fittings & accessories.
3.0 STANDARDS
The design, manufacture and performance of Surge Arrestors shall comply with IS: 3070( Part-3 )/1993
unless otherwise specifically specified in this Specification
4.0 GENERAL REQUIREMENT
The surge arrestor shall draw negligible current at operating voltage and at the same time offer least
resistance during the flow of surge current.
The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical
grade porcelain housing/silicon polymeric of specified creepage distance.
The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system
arrangement to prevent ingress of moisture.
The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side
terminal of surge arrestor shall be connected with 25x6 mm galvanized strip, one end connected to the
surge arrestor and second end to a separate ground electrode. The bidder shall also recommend the
procedure which shall be followed in providing the earthing/system to the Surge Arrestor.
The surge arrestor shall not operate under power frequency and temporary over voltage conditions but
under surge conditions, the surge arrestor shall change over to the conducting mode.
The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-3min-CO- duty in the
system.
Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain/ silicon
polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
The reference current of the arrestor shall be high enough to eliminate the influence of grading and stray capacitance on the measured reference voltage.
The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of thermal stability test with the bid.
The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient over voltage and have low losses at operating voltages.
5.0 ARRESTOR HOUSING
The arrestor housing shall be made up of silicon polymeric housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections that might affect the mechanical and dielectric quality. The housing shall be of uniform brown colour, free from blisters, burrs and other similar defects.
Arrestors shall be complete with insulating bases, surge counters with leakage current meters (33 KV LA) and terminal connectors.
The housing shall be so coordinated that external flashover shall not occur due to application of
any impulse or switching surge voltage up to the maximum design value for arrestor. The arrestors shall
not fail due to contamination. The arrester housings shall be designed for pressure relief class as given
in Technical Parameters of the specification.
Sealed housings shall exhibit no measurable leakage.
CGM(PP&D), APDCL’s Samaguri bid document Page 116
6.0 FITTINGS & ACCESSORIES
The surge arrestor shall be complete with insulating bases, surge counters with leakage current meters
(for 33 KV LA) and terminal connectors.
The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be so
located that incoming and outgoing connections are made with minimum possible bends. The top metal
cap and base of surge arrestor shall be galvanized. The line terminal shall have a built in clamping
device which can be adjusted for both horizontal and vertical takeoff.
7.0 SURGE MONITOR
A self-contained discharge counter suitably enclosed for outdoor use and requiring no auxiliary or
battery supply for operation shall be provided for each single pole unit. Leakage current meter with
suitable scale range to measure leakage current of surge arrestor shall also be supplied within the
same enclosure. The number of operations performed by the arrestor shall be recorded by a suitable
cyclometric counter and surge monitor shall be provided with an inspection window. There shall be a
provision for putting ammeter to record the current/alarm contacts in the control room if the leakage
current exceeds the permitted value. Similar provision shall be considered for surge counter also.
Surge monitor shall be mounted on the support structure at a suitable height so that the reading can be
taken from ground level through the inspection window and length of connecting leads up to grounding
point and bends are minimum.
Surge monitor shall have to be provided for 33 KV class only.
8.0 TESTS
Test on Surge Arrestors
The Surge Arrestors offered shall be type tested and shall be subjected to routine and acceptance tests in accordance with IS: 3070 (Part-3). In addition, the suitability of the Surge Arrestors shall also be established for the following:
- Residual voltage test - Reference voltage test - Leakage current at M.C.O.V - P.D. test - Sealing test - Thermal stability test - Aging and Energy capability test - Watt loss test
Each metal oxide block shall be tested for guaranteed specific energy capability in addition to routine/acceptance test as per IEC/IS.
The surge arrestor housing shall also be type tested and shall be subjected to routine and acceptance
tests in accordance with IS: 2071.
Galvanization Test
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to routine and acceptance tests in accordance with IS: 2633 & IS 6745.
9.0 NAME PLATE
The name plate attached to the arrestor shall carry the following information:
Rated Voltage Continuous Operation Voltage Normal discharge current Pressure relief rated current Manufacturers Trade Mark Name of Sub-station
CGM(PP&D), APDCL’s Samaguri bid document Page 117
Year of Manufacturer Name of the manufacture Purchase Order Number along with date
10.0 PRE-COMMISSIONING TESTS
Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any
additional test based on specialties of the items as per the field instructions of the equipment Supplier
or Employer without any extra cost to the Employer. The Contractor shall arrange all instruments
required for conducting these tests along with calibration certificates and shall furnish the list of
instruments to the Employer for approval.
1. Operation check of LA counters.
2. Insulation resistance measurement.
3. Capacitance and Tan delta measurement of individual stacks.
4. Third harmonic resistive current measurement (to be conducted after energisation.
11.0 TYPE AND RATINGS
SL No.
Particulars Voltage class
33 kV 11 kV
1 Rated voltage of arrester, kV 30 9
2 Rated frequency, Hz 50 50
3 Nominal discharge current of arrester, kA 10 10
4 Maximum residual voltage at nominal discharge current, kV (peak)
108 40
5 Maximum steep current impulse residual voltage at kV (kVP)
130 50
6 One minute power frequency withstand voltage of arrester insulation, kV (rms)
70 28
7 1.2 / 50 second impulse withstand voltage of arrester insulation, kV (peak)
170 95
9 Line discharge class 2 2
10 Insulator Housing
a) Power frequency withstand test voltage (wet)
(kV rms) 70 28
b) Lightning impulse withstand tests voltage(KVp) 170 95
c) Pressure Relief Class 40 40
d) Creepage distance not less than (mm) 900 400
CGM(PP&D), APDCL’s Samaguri bid document Page 118
TECHNICAL SPECIFICATION FOR 33KV & 11 KV ISOLATORS
1.0 SCOPE
1.1. This section of the specification is intended to cover design specifications for manufacture and testing of
33 KV and 11 KV gang operated switch (Isolators) with all fittings and accessories.
1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on mounting structures
and for use at sub-stations.
1.3. Isolators shall be supplied with Earth Switch as and where specified.
2.0 GENERAL
2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102) except to the
extent explicitly modified in specification.
2.2. All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All
isolating and earth switches shall operate through 90 angle from closed position to fully open position.
2.3. Complete isolator with all the necessary items for successful operation shall be supplied including but not
limited to the following:
(i). Isolator assembled with complete base frame, linkages, operating mechanism, control cabinet,
interlocks etc.
(ii). All necessary parts to provide a complete and operable isolator installation, control parts and other
devices whether specifically called for herein or not.
(iii). The isolator shall be designed for use in the geographic and meteorological conditions as given in
Section 1.
3.0 DUTY REQUIREMENTS
3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal effects of the
maximum possible short circuit current of the systems in their closed position. They shall be constructed
such that they do not open under influence of short circuit current.
3.2. The earth switches, wherever provided, shall be constructionally interlocked so that the earth switches can
be operated only when the isolator is open and vice versa. The constructional interlocks shall be built in
construction of isolator and shall be in addition to the electrical and mechanical interlocks provided in the
operating mechanism.
3.3. In addition to the constructional interlock, isolator and earth switches shall have provision to prevent their
electrical and manual operation unless the associated and other interlocking conditions are met. All these
interlocks shall be of failsafe type. Suitable individual interlocking coil arrangements shall be provided. The
interlocking coil shall be suitable for continuous operation from DC supply and within a variation range as
stipulated elsewhere in this specification.
3.4. The earthing switches shall be capable of discharging trapped charges of the associated lines.
3.5. The isolator shall be capable of making/breaking normal currents when no significant change in voltage
occurs across the terminals of each pole of isolator on account of make/break operation.
3.6. The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15 power factor and
capacitive current of 0.7A at 0.15 power factor at rated voltage.
4.0 CONSTRUCTIONAL DETAILS
4.1. All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All
isolating and earth switches shall operate through 90 angle from closed position to fully open position.
4.2. Contacts:
a) The contacts shall be self-aligning and self-cleaning and so designed that binding cannot occur after
remaining closed for prolonged periods of time in a heavily polluted atmosphere.
b) No undue wear or scuffing shall be evident during the mechanical endurance tests. Contacts and
spring shall be designed so that readjustments in contact pressure shall not be necessary throughout
the life of the isolator or earthing switch. Each contact or pair of contacts shall be independently
sprung so that full pressure is maintained on all contacts at all time.
CGM(PP&D), APDCL’s Samaguri bid document Page 119
c) Contact springs shall not carry any current and shall not lose their characteristics due to heating
effects.
d) The moving contact of double break isolator shall have turn-and -twist type or other suitable type of
locking arrangement to ensure adequate contact pressure.
4.3. Blades:
a) All metal parts shall be of non-rusting and non-corroding material. All current carrying parts shall be
made from high conductivity electrolytic copper/aluminium. Bolts, screws and pins shall be provided
with lock washers. Keys or equivalent locking facilities if provided on current carrying parts, shall be
made of copper silicon alloy or stainless steel or equivalent. The bolts or pins used in current
carrying parts shall be made of non-corroding material. All ferrous castings except current carrying
parts shall be made of malleable cast iron or cast-steel. No grey iron shall be used in the
manufacture of any part of the isolator.
b) The live parts shall be designed to eliminate sharp joints, edges and other corona producing
surfaces, where this is impracticable adequate corona shield shall be provided..
c) Isolators and earthing switches including their operating parts shall be such that they cannot be
dislodged from their open or closed positions by short circuit forces, gravity, wind pressure,
vibrations, shocks, or accidental touching of the connecting rods of the operating mechanism.
d) The switch shall be designed such that no lubrication of any part is required except at very infrequent
intervals i.e. after every 1000 operations or after 5 years whichever is earlier.
4.4. Insulators:
a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a minimum
cantilever strength of 400 Kgs. for 33/11 kV insulators respectively.
b) Pressure due to the contact shall not be transferred to the insulators after the main blades are fully
closed.
4.5. Base:
Each isolator shall be provided with a complete galvanised steel base provided with holes and designed for mounting on a supporting structure.
5.0 EARTHING SWITCHES
5.1. Where earthing switches are specified these shall include the complete operating mechanism and
auxiliary contacts.
5.2. The earthing switches shall form an integral part of the isolator and shall be mounted on the base frame of
the isolator.
5.3. The earthing switches shall be constructionally interlocked with the isolator so that the earthing switches
can be operated only when the isolator is open and vice versa. The constructional interlocks shall be built
in construction of isolator and shall be in addition to the electrical interlocks.
Suitable mechanical arrangement shall be provided for de-linking electrical drive for mechanical operation.
5.4. Each earth switch shall be provided with flexible copper/aluminum braids for connection to earth terminal.
These braids shall have the same short time current carrying capacity as the earth blade. The transfer of
fault current through swivel connection will not be accepted.
5.5. The frame of each isolator and earthing switches shall be provided with two reliable earth terminals for
connection to the earth mat.
5.6. Isolator design shall be such as to permit addition of earth switches at a future date. It should be possible
to interchange position of earth switch to either side.
5.7. The earth switch should be able to carry the same fault current as the main blades of the Isolators and
shall withstand dynamic stresses.
6.0 OPERATING MECHANISM
6.1. The bidder shall offer manual operated Isolators and earth switches..
6.2. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate thickness
(minimum 3 mm).
CGM(PP&D), APDCL’s Samaguri bid document Page 120
6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on operation after a
prolonged period of non-operation. Also all gear and connected material should be so chosen/surface
treated to avoid rusting.
7.0 OPERATION
7.1. The main Isolator and earth switches shall be gang operated.
7.2. The design shall be such as to provide maximum reliability under all service conditions. All operating
linkages carrying mechanical loads shall be designed for negligible deflection. The length of inter insulator
and interpole operating rods shall be capable of adjustments, by means of screw thread which can be
locked with a lock nut after an adjustment has been made. The isolator and earth switches shall be
provided with “over center” device in the operating mechanism to prevent accidental opening by wind,
vibration, short circuit forces or movement of the support structures.
7.3. Each isolator and earth switch shall be provided with a manual operating handle enabling one man to
open or close the isolator with ease in one movement while standing at ground level. Detachable type
manual operating handle shall be provided. Suitable provision shall be made inside the operating
mechanism box for parking the detached handles. The provision of manual operation shall be located at a
height of 1000 mm from the base of isolator support structure.
7.4. The isolator shall be provided with positive continuous control throughout the entire cycle of operation.
The operating pipes and rods shall be sufficiently rigid to maintain positive control under the most adverse
conditions and when operated in tension or compression for isolator closing. They shall also be capable of
withstanding all torsional and bending stresses due to operation of the isolator. Wherever supported the
operating rods shall be provided with bearings on either ends. The operating rods/ pipes shall be provided
with suitable universal couplings to account for any angular misalignment.
7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed housings designed
to prevent the ingress of moisture, dirt or other foreign matter. Bearings pressure shall be kept low to
ensure long life and ease of operation. Locking pins wherever used shall be rustproof.
7.6. Signaling of closed position shall not take place unless it is certain that the movable contacts, have
reached a position in which rated normal current, peak withstand current and short time withstand current
can be carried safely. Signaling of open position shall not take place unless movable contacts have
reached a position such that clearance between contacts is atleast 80% of the isolating distance.
7.7. The position of movable contact system (main blades) of each of the Isolators and earthing switches shall
be indicated by a mechanical indicator at the lower end of the vertical rod of shaft for the Isolators and
earthing switch. The indicator shall be of metal and shall be visible from operating level.
7.8. The contractor shall furnish the following details along with quality norms, during detailed engineering
stage.
(i) Current transfer arrangement from main blades of isolator along with millivolt drop immediately
across transfer point.
(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the insulator along with
stoppers to prevent over travel.
8.0 TEST AND INSPECTION
8.1. The switches shall be subjected to the following type test in accordance to with IS: 9920.
I) Dielectric test (impulse and one minute) power frequency withstands voltage.
II) Temperature rise test
III) Rated off load breaking current capacity
IV) Rated active load breaking capacity
V) Rated line charging breaking capacity
VI) Rated short time current
VII) Rated peak withstand current
VIII) Mechanical and Electrical Endurance
8.2. The equipment shall be subjected to the following routine test.
I) Power frequency voltage dry test
II) Measurement of resistance of the main circuit
III) Operating test.
CGM(PP&D), APDCL’s Samaguri bid document Page 121
8.3. The porcelain will have pull out test for embedded component and beam strength of porcelain base.
9.0 CONNECTORS
9.1. Each isolator shall be provided with appropriate number of bimetallic clamping type connectors as detailed
in the schedule of requirement. The maximum length of jumper that may be safely connected or any
special instruction considered necessary to avoid under loads on the post isolators should be stated by
the tenderer.
10.0 SUPPORTING STRUCTURES
10.1. All isolators and earthing switches shall be rigidly mounted in an upright position on their own supporting
structures. Details of the supporting structures shall be furnished by the successful tenderer. The isolators
should have requisite fixing details ready for mounting them on switch structures.
11.0 PRE-COMMISSIONING TESTS
11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any
additional test based on specialties of the items as per the field instructions of the equipment Supplier or
Employer without any extra cost to the Employer. The Contractor shall arrange all instruments required for
conducting these tests along with calibration certificates and shall furnish the list of instruments to the
Employer for approval.
(a) Insulation resistance of each pole. (b) Manual operation and interlocks. (c) Insulation resistance of control circuits and motors. (d) Ground connections. (e) Contact resistance. (f) Proper alignment so as to minimise to the extreme possible the vibration during operation. (g) Measurement of operating Torque for isolator and Earth switch. (h) Resistance of operating and interlocks coils. (i) Functional check of the control schematic and electrical & mechanical interlocks. (j) 50 operations test on isolator and earth switch.
12.0 TECHNICAL DATA SHEET FOR ISOLATORS
SL No.
Technical Particulars Isolators class
33 kV 11kV
1 Nominal system voltage, kV 33 11
2 Highest system voltage, kV 36 12
3 Rated frequency, Hz. 50 50
4. Type of Isolator Double Break, center
pole rotating Double Break,
center pole rotating
5 Rated continuous current, A 800A 1250/800A/ 630A
6 Rated short time current, kA for 3sec 25 KA 16 KA
7 Rated duration of short time current,
Second 3 sec 3 se
8
Rated lightning impulse withstand voltage, kV (peak)
i) To earth & between poles ii) Across isolating distance
170 170
95 95
9
Rated 1 minute power frequency withstand voltage, kV (rms) i) To earth & between poles ii) Across isolating distance
70 80
28 40
10
Terminal connector Suitable to ACSR Wolf/
Panther conductor
Suitable to ACSR Wolf/ Panther
conductor
Phase to Phase spacing 1350 mm (min) 900 mm (min)
Base Channel mounting centre 620 mm (min) 300 mm (min)
10 Insulator &Minimum creepage distance
of insulators, mm
Post type,900mm
Post type, 320 mm
11 Temperature rise As per relevant IS
CGM(PP&D), APDCL’s Samaguri bid document Page 122
TECHNICAL SPECIFICATION OF 33 KV AND 11 KV GANG OPERATED SWITCH
1.0 SCOPE
1.1. This specification is intended to cover design manufacture, testing at manufacturer’s works, transport to site, insurance, storage, erection and commissioning of 33 KV and11 KV gang operated switch (Isolators) with all fittings and accessories.
1.2. The Gang operated air break switch/ isolator/ disconnector are for outdoor installation suitable for both vertically and horizontally mounting on mounting structures or M.S. Channel and for use at sectionalizing/tapping points of 33 KV lines, 11KV line and at 33/11 KV sub-stations.
1.3. The successful bidders shall supply the necessary drawings and instructions for installation and commission of the Isolators.
2.0 CONSTRUCTIONAL DETAILS 2.1. The vertically mounted gang switches shall be manually operated triple pole type with single break
operation. The operation of the equipment shall be through forward and backward motion of the mid-pole post insulator. The contacts shall be made of silver faced hard drawn copper.
2.2. The horizontally mounted switches, with or without earth switches shall have rotating blade features and pressure reliving features. Such isolators are required to be double break; three posts per phase, single through, gang operated three phase type. All isolators with/without earth switch shall operate through 90
0 from their fully closed position to fully open position
2.3. The switch shall be fitted with arcing horns and the horns shall be easily replaceable. All isolators shall be provided with suitably rated terminal connectors to directly receive ACSR
conductor of required size. The termination shall have at least 3 pairs of holes to hold the conductor tight with nuts & bolts The terminals shall conform to all the test requirements of IS: 5561 and shall be designed as to avoid bimetallic corrosion.
2.4. The operating rod shall comprise of not less than 40 mm (nominal bore) Galvanised steel pipe as per IS 1161-1979. The length of the operating rod shall be suitable for operation as per installation methods. The rod shall be so threaded that the length can be adjusted.
2.5. The horizontal operation shaft shall be of solid Galvanised steel of square section suitable for fitting the insulator base of the switch. Length of the rod shall be such as to maintain the phase clearance as per I.S.
2.6. The operating handle shall have OFF/ON locking arrangement and provision for earthing the equipment. 2.7. The gang operating switch shall be provided with three post insulators per phase conforming to IS 5350
(Pt-III)-1971. The cast iron post shall be embedded in the insulators with sulphur cement. For embedded components, pull out strength should be such as to result in breakings of the porcelain insulators, the beam strength shall be as per relevant T.S. Creepage distance shall not be less than 900 mm and 300 mm for 33KV and 11 KV isolators respectively.
2.8. All similar materials and removable parts of similar equipments shall be interchangeable with each other.
3.0 APPLICABLE STANDARD
3.1. Unless otherwise stipulated in this specification, the Gang operated switch shall conform to IS. 9920 (Pt-I to Pt-IV).
4.0 Failure to meet guarantees and requirement of specification
4.1. If after installation, the operation of the switch proven to be unsatisfactory, to the purchaser, the tenderer shall have to take back or replace.
5.0 TEST AND INSPECTION
5.1. The switches shall be subjected to the following type test in accordance to with IS: 9920. IX) Dielectric test (impulse and one minute) power frequency withstands voltage. X) Temperature rise test XI) Rated off load breaking current capacity XII) Rated active load breaking capacity XIII) Rated line charging breaking capacity XIV) Rated short time current XV) Rated peak withstand current XVI) Mechanical and Electrical Endurance
5.2. The equipment shall be subjected to the following routine test.
IV) Power frequency voltage dry test
CGM(PP&D), APDCL’s Samaguri bid document Page 123
V) Measurement of resistance of the main circuit VI) Operating test.
5.3. The porcelain will have pull out test for embedded component and beam strength of porcelain base. 5.4. The manufacturer shall afford the inspection representing the purchaser or third party nominee all
reasonable facilities, with charge, to satisfy him that the material is being furnished in accordance with this specification.
The purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of supply.
6.0 GUARANTEE
The Bidder shall offer equipment performance guarantee for a minimum period of 18 months from the date of commissioning.
Any damaged part or defective part of the equipment, the bidder has to replace at his cost.
7.0 TECHNICAL SPECIFICATION
Sl No Particular 33 KV GOAB 11 KV GOAB
1 Nominal system voltage, KV 33 KV 11 KV
2 Highest system voltage, KV 36 KV 12 KV
3 Nominal frequency, Hz 50HZ 50HZ
4 Rated normal current, Amp 400A, 630A 400A
5 Short time current rating & duration
25 KA for 3sec 16KA for 3 sec
6 Power frequency one minute withstand voltage,
i To earth and between pole, KV (RMS)
70
28
ii Across the isolating distance, KV (RMS)
80 28
7 Rated lightning impulse withstand voltage
i To earth and between pole, KV (Peak)
170 KV 75
ii Across the isolating distance, KV (Peak)
190KV 85
8 Minimum Clearance Between phase to phase
1350 mm 750 mm
Minimum insulator creepage distance, mm
900 mm 320mm
Electrical endurance 200 operation 200 operation
Mechanical endurance 1000 operation 1000 operation
Temperature rise
Applicable Standard IS: 9921, IS;2544 &5350 IS: 9921, IS;2544 &5350
CGM(PP&D), APDCL’s Samaguri bid document Page 124
TECHNICAL SPECIFICATION OF BATTERY BANK
1.0 SCOPE
This Section of the Specification covers the design, manufacture, and testing at manufacturer’s work, of stationary type sealed, Valve Regulated Lead Acid Battery Bank, Battery Charger, complete with all required accessories for various Sub-stations.
2.0 BATTERY BANK 2.1 TECHNICAL PARTICULARS OF BATTERY BANK
1. Battery Rating 110 V-100 Ah to 1.75 ECV at C10 at 27⁰ C
2. Type of battery Lead acid battery
3. Battery specification
Batteries conforms to IS 15549:2005 Also conforms to International Standards (I) IEEE 1188 and 1189 (II) BS6290 Part 4/ IEC 896
4. Manufacturers cell designation F 100 P
5. No of Cells 55 Nos.
6. Cycle life of Battery @ 27⁰ C
2000 cycles for 50 % depth of discharge or 1200 cycles for 80 % depth of discharge
7. All efficiency Above 90%
8. WH Efficiency Above 80 %
9. Self discharge/ Week < 1% of rated capacity
10. Max, allowable ambient temp at which cell can safely operate
55⁰ C continuously and 70⁰ C short time
11. Overall dimension of each cell (107.8 x 198.5 x 477)mm approx.
12. Overall weight of each cell 7.2 kg approx.
13. Recommended Max period of storage 6 months from the date of manufacturing and the batteries shall be stored in covered area at 27⁰ C
14. Material of container Polypropylene co-polymer
15. Type of separator Highly absorbent micro porous spun glass matrix
16. Type of +ve & -ve plates Flat pasted
17. Material of rack Mild steel coated with acid resistance paint
18. Method of connection between cells Bolted
19. Recommended float charge
Batteries shall be charged in constant potential mode with current limit Voltage: 2.23-2.25 Volts per cell Current: Recommended- charging current is 45 amps
20. Recommended boost charge Voltage: 2.3 Volts per cell Current: Recommended- charging current is 45 to 90 amps
21. Time required for boost charge from fully discharged condition at 27⁰ C
9 Hrs for 90 % state of charge (approx) (or)
24 hrs for 100 % state of charge 9approx)
22. Voltage ripple allowable < 2% of the RMS value
23. Type of connectors Lead coated heavy duty copper strips
2.1.1 PLATES
CGM(PP&D), APDCL’s Samaguri bid document Page 125
Positive plates shall be made of flat pasted type using lead-cadmium antimony alloy for durability, high corrosion resistant, maintenance free, long life both in cyclic as well as in ,float applications. Negative plates shall be heavy duty, durable flat plate using lead calcium alloy pasted box grid. Negative plates shall be designed to match the life of positive plates and combination of negative and positive plates shall ensure long life, durability and trouble free operation of battery. PLC operated equipment should be deployed for preparation of paste to ensure consistency in paste quality. Conventional / manual type of paste preparation is not allowed.
2.1.2 CONTAINER AND LID
The containers and lids shall be made of a special grade polypropylene copolymer plastic material. They shall be sufficiently robust and not liable lo deformation under internal operating pressures and within the temperature range naturally encountered, leak proof, non-absorbent and resistant to the acid with low water vapour permeability.
2.1.3 VENT PLUGS :
Each cell shall be equipped with one-way safety valve with opening pressure of 5±1 psi and closing pressure 4±1 psi. The vent plug shall be made with suitable grade of fire retardant plastic material. Each valve opening shall be covered with flame barrier capable in preventing the ingress of flame into the cell interior when the valve opens and hydrogen / oxygen gas mixture is released.
2.1.4 SEPARATORS :
Separator shall be made of spun glass, micro porous matrix and shall be resistant to Sulphuric Acid. It shall be capable of keeping the entire electrolyte and shall be electrically insulated. Sufficient separator overlap and PVC shield protection to top and bottom edges of the plates is to be provided to prevent short circuit formation between the edges of adjacent plates.
2.1.5 CONNECTORS :
The connectors shall be lead coated copper of suitable size to join the cells. The connectors shall be suitably designed and coated to withstand corrosion due to sulphuric acid. The coating should be adequate and tenacious. All the copper inter cell connectors shall be provided with heal shrinkable sleeves except at the connecting points.
2.1.6 ELECTROLYTE:
The electrolyte shall be prepared from the battery grade Sulphuric Acid confirming to ISS: 266. The batteries shall be supplied in factory filled and charged condition.
2.1.7 WATER
Water required for preparation of electrolyte shall conform to IS: I069. 2.1.8 PLATE CONNECTION
Lugs of plates of like polarity shall be connected by lead burning to a horizontal strap having an upstanding terminal post adopted for connection to external circuit. Strap and post shall be caste with lead alloy. The positive and negative terminal posts shall be clearly marked for unmistakable identification.
2.1.9 BOLTS AND NUTS
Nuts and Bolts for connecting the cells shall be of superior grade passivated Stainless steel.
2.1.10 TERMINALS
Terminals shall be of integral lead terminal with solid copper core with M6 threading for fastening. The junction between terminal posts and cover and between the cover and container shall be hermetically sealed.
2.1.11 BATTERY RACKS
Batteries shall be installed on MS racks to be supplied by the Contractor to fit in the battery room. Racks/Trays shall be powder coated with anti corrosive paint. Rack shall accommodate 55 cells plus 2 spares. Racks/Tray shall be suitably treated before painting for protection against fungus growth and other harmful effects due to tropical environment. The colour of the supporting racks shall conform to RAL 7032 shade.
a) H.V. test / Insulation tests.
CGM(PP&D), APDCL’s Samaguri bid document Page 126
TECHNICAL SPECIFICATION FOR BATTERY CHARGING EQUIPMENTS
1. GENERAL DESCRIPTION
The Battery charging equipment shall consist of two separate sections: Float Charger(FC) and Float cum Boost Charger (FCBC) with an interlocking circuit. The Float Charger section shall be capable of supplying load and battery float charging requirements and the Float cum Boost Charger section shall be capable of boost charging the battery and performing the functions of the float charger. The Float charger section shall be rated to meet the requirement of float charging one battery bank of 55 cells of capacity 100 Ah at 10 hours discharge rate at the rate of 2.0 volts to 2.3 volts per cell and for meeting a constant D.C. load of 10 Amperes at 110 Volts D.C. simultaneously. The Float cum Boost Charger Section along with all necessary equipments is required to charge a battery bank of 55 cells of capacity 100 Ah at 10 hours discharge rate at the rate of 1.85 volts to 2.55 volts per cell and for meeting a constant D.C. load of 10 Amperes simultaneously.
2. TYPE AND RATING
i) TYPE
The charger shall be static type, using Silicon Rectifiers. The rectifiers shall be arranged in three phase bridge circuit for full wave rectification. The charger unit shall be suitable for operation on 415 volts three phase, 4 wire, 50 Hz A.C. Supply. The Boost and Trickle Charger section shall have an arrangement for automatic and manual D.C. voltage regulating system with an Auto / Manual change over switch. ii). RATING
The entire charger circuitry shall have two separate sections eg. Float charger and Float cum Boost charger and Float charger sections and shall be of following ratings:
3. Float Charger
(a) D.C. Output Voltage: (i) The D.C. output voltage of the Float charger shall be 110 volts (nominal). (ii) The D.C. output voltage of the Float charger shall be adjustable between 110 volts to 126.5 volts.
(b) D.C. Output Current: (i) The Float charger shall be capable of supplying a continuous D.C. load of 10 amperes and float a battery bank of 100 Ah at 10 hours discharge rate simultaneously at a normal voltage of 110 volts D.C.
4. Boost charger:
(a) The D.C. output voltage of the Boost charger section shall be adjustable between 101 volts to 140 volts.
(b) D.C. Output Current: The Boost charger shall be capable of charging a battery bank of 100 Ah capacity at 10 hours discharge rate and to meet a continuous D.C. load of 5 amperes simultaneously. Output current of the Boost charger shall not be less than about 20 Amperes.
5. OPERATION AND CONTROL REQUIREMENTS:
The incoming A.C. supply for boost and float charger shall be controlled by rotary switches. In addition to the rotary switches, supplies to the both chargers shall be controlled by two push button operated contactors having overload protection. ‘RED’ & ‘GREEN’ indicating lamps shall be provided to indicate ‘ON’ & ‘OFF’ conditions respectively of the boost and Float charges in addition to the A.C. ‘ON’ indication. During normal operation of the Trickle charger shall supply the normal direct current requirements of the substation and the station battery shall be floating on D.C. system. In the event of failure of A.C. supply or failure of the charger itself the battery shall come automatically across the load without any interruption. It is intended to supply the D.C. load of the equipment normally by the float charger during boost charging of the bank. Thus, when the Boost charger is switched ‘ON’ the Boost charger and the battery bank shall be isolated from the float charger and the load automatically. If during boost charging operation, the A.C. supply fails, the battery shall come automatically across the load without any interruption. During the
CGM(PP&D), APDCL’s Samaguri bid document Page 127
infinitely small time required for initiation of the contractor a reduced number of cells shall be available across the load, through the blocking diode. Provision shall also be made so that in the event of failure of Float Charger, the Boost charger shall supply the load as well as charging a battery bank. Arrangement shall be made to limit the voltages across the load to around 110 volts, even if the boost charger is operating at maximum charging voltage. This aspect shall be clearly brought out in the tender by the bidder. In this operation also, the battery bank should come across the load automatically and without any interruption in the event of A.C. mains failure.
6. VOLTAGE REGULATING SYSTEM
The Float and Boost Charger sections shall have suitable arrangement for regulation of D.C. output voltage by the following methods.
(a) Automatic Voltage Regulation. (b) Manual Voltage Regulation.
(a) Automatic Voltage Regulation:
The Automatic Voltage Regulation shall hold the voltage flat from zero to full load within ±1% of pre-set value of the charger with a fluctuation of ±10% in voltage and ±5% in frequency in the A.C. input voltage. The setting device of the automatic voltage regulator shall be so designed that the D.C. output voltage can be set anywhere between (i) 100 volts to 126.5 volts for Float Charger and (ii) 100 volts to 140 volts for Boost Charger. The automatic voltage regulator shall be static type and its characteristics shall be supplied with the tender. (b) Manual Voltage Regulator:
The Manual Voltage Regulator for float charger shall have suitable equipments and means to control the D.C. output voltage with the ranges mentioned earlier. The voltage control shall be smooth and continuous. The charger shall have a change over switch for selecting ‘Auto’ or ‘Manual’ mode of regulation to regulate the D.C. voltage. The tenderer shall furnish all the details of the manual voltage regulator in the tender. Both the trickle and boost chargers shall be provided with alarm and indication for the following:
(a) Mains on (b) Charger failed. (c) Rectifier element fuse blown. (d) Charger output fuse blown. (e) AC input failed
In addition to the above arrangement for controlling, regulating and operation of the charger, the bidder may suggest and quote suitable alternative arrangement for the same. The right of acceptance of such an arrangement shall however, lie with the Employer.
7. INSTRUMENTS, EQUIPMENTS, ETC
i) Rectifier Transformer
The rectifier transformers shall be designed to operate at a frequency of 50 Hz and at the r.m.s. voltage between the lines on the line side of transformers of 415+10% volts. The rating of the rectifier transformer shall correspond to the rating of the associated rectifier assembly. The transformer should preferably be air cooled dry / synthetic oil filled type and shall conform to the latest issues of IS: 2026 and IS: 4540. ii) Rectifier Elements
Rectifier elements shall be Silicon and shall be arranged in three bridge circuit. The rectifier elements shall be protected by HRC fuse with fuse blow out indication. The rectifier stacks shall be supplied with their own heat dissipating arrangement for natural air cooling. iii) Measuring Instruments:
The instruments shall be flush type and shall have dust proof and moisture resistant enclosed cases, finished in black and suitable for tropical use. Elements shall be shock resistant and shielded from external magnetic fields. The instruments and meters shall have easy accessible means for calibration testing and adjustment and shall conform to relevant I.S.S. iv) Air Break Switches and Fuses:
The series combination air break rotary switches and HRC fuses shall conform to provisions of the latest issue of IS-4064, IS-4047 and IS-2208. the air break switches and fuses housed in the charger panel shall be so arranged that when they are opened, the terminals are readily accessible. Switches shall be of rotary operated type preferably with silver to silver contacts of adequate making, carrying and
CGM(PP&D), APDCL’s Samaguri bid document Page 128
breaking current ratings and shall open and close with snap action to minimise arcing. The ‘ON’ and ‘OFF’ positions of the switches shall be definite and shall be clearly indicated. All fuses shall be of HRC type conforming to the latest issue of I.S. 2208. v) The charger units shall be provided with but not limited to the following instruments and
equipments. a) 3 Pole A.C. mains ON-OFF switches and HRC fuses of suitable capacity. b) 2 pole air break switches with HRC fuses of suitable capacity output side of chargers. c) Air break magnetic contactors of suitable ratings complete with push button and thermal
overload devices and red and green indicating lamps for A.C. input ON/OFF to the chargers.
d) Fuse blown out indication for D.C. output fuses. e) HRC fuses for protection of rectifier elements with fuse blow out indication. f) 0-500 volts range, A.C. voltmeters to measure A.C. input voltage to the chargers. Accuracy
class 1.0 as per I.S. 1248. g) Moving coil, flush mounting type voltmeters of suitable ranges to measure trickle, boost
and battery voltages. Accuracy class: 1.0 as per I.S.-1248. h) Moving coil, flush mounting type ammeters of suitable scales to read the output currents of
boost and trickle chargers and load current. Accuracy class : 1.0 as per I.S.-1248. i) Single pole D.C. contactors of suitable ratings. j) Blocking diode of adequate capacity. k) Cubicle illuminating lamps with door operated switches suitable for 240 volts A.C. l) All other equipments and accessories for indication and alarm annunciation as mentioned
earlier. m) All other equipments not specifically mentioned but required for proper and satisfactory
operation of the charger shall be provided. n) The charger assembly shall be complete with input / output terminals, cable glands,
internal wiring, earthing terminals, rating plates, etc.
8. CONSTRUCTIONAL FEATURES:
The whole battery charging equipments shall be housed in an indoor, floor mounting type; sheet metal clad, cubicle type enclosures which shall also be served as charger panels. The assembly shall be complete in all respect and shall contain all the components described in different clauses and which are essential for the proper operation and control of the equipments. The enclosures shall be totally enclosed dust tight and vermin proof. All doors and covers shall be filled with rubber gaskets. The panels shall have double leaf hinged doors at the back and shall be provided with locks and duplicated keys. The equipments in the panels shall be so located as not to cause congestion and accessibility to the equipments located herein shall be easy and convenient. All incoming and outgoing cables shall enter from bottom and suitable cable terminal boards with cable lugs shall be provided in side of each panel for incoming and outgoing cables. Each terminal of the terminal boards shall be serially numbered to facilitate connections. At least 20% extra terminals shall be provided in each terminal board. Suitable compression type cable glands with base plates shall also be provided. The terminal boards shall be easily accessible for inspection and checking. The panels shall have cable supports and metallic clips for supporting power and control cables for internal wiring of the panels. 9. TESTS
The battery charger and all the components of the charger shall be routine tested accordingly to their relevant standard. This shall include the following:
b) Operational check for boost and float charger. c) Input / Output test of the chargers. d) Performance test of the charger. e) Temperature rise test of the rectifier transformer. f) Power frequency
CGM(PP&D), APDCL’s Samaguri bid document Page 129
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONN FFOORR DDCC DDIISSTTRRIIBBUUTTIIOONN BBOOAARRDD
11..00 General Features
11..11.. The D.C. distribution boards shall be indoor, floor mounting of self supporting, sheet metal clad, and cubicle type. The panels should be totally enclosed, dust tight and vermin proof and shall be made of 2.0mm cold rolled sheet steel. The boards shall be provided with double leaf hinged doors at the back. All doors and covers shall be fitted with rubber gaskets. The doors shall be provided with locks and duplicated covers
22..00 BBuuss bbaarrss
2.1. The bus bars shall be of electrolytic copper of ample cross-section. The bus bars shall be insulated from the structure by means of durable, non-hydroscopic, non-combustible and non tracking materials.
3.0 Detail Requirements
3.1. The 110 Volts D.C. distribution boards shall be provided with the following: A. One mains failure alarm relay. B. One earth fault alarm relay. C. One 110 Volts D.C. bell to be operated by the mains failure alarm relay. D. One 110 Volts D.C. buzzer to be operated by the earth failure alarm relay. E. One double pole air-break circuit breaker of 200 amp capacity with thermal overload tripping
arrangement to act as incoming breaker of the load bus. F. One 0-150 volts D.C. moving coil voltmeter to measure the bus-bar voltage. The display is to be in
digital. G. One pilot lamp to indicate D.C. on conditions. H. 250 volts, double pole double throw make before break switch with H.R.C. fuses of following
ratings for outgoing feeders. a. 16 Amp, 4 Nos. b. 32 Amp, 3 Nos. c. 63 Amp, 1 Nos
I. One terminal Board/block for all feeder outlets including cable glands.
CGM(PP&D), APDCL’s Samaguri bid document Page 130
TECHNICAL SPECIFICATIONS FOR A.C. DISTRIBUTION BOARD
1.0 SCOPE
1.1. This section of the specification covers the design, manufacture, testing at works, transport to site,
insurance, storage, erection and commissioning of 415 volts, A.C. 50 Hz A.C. Distribution Board complete
with all equipments and accessories as described in subsequent clauses.
2.0 CONSTRUCTIONAL FEATURES
2.1 The L.T.AC. panels shall be outdoor, sheet metal clad type comprising of combination switch fuse units and bus bar chambers. and equipped with the circuits and equipments as specified later. The different circuits shall be mounted above and below the bus bar chamber to form a suitable arrangement, except that the incomings will be located at the front and mounted below the bus bar chambers. All equipments shall be suitable for the reception of the cables rising from the ground level. The switch boards shall be so designed as to be readily extensible.
2.2 Required technical particulars of ACDB
1. Manufacturers Name & Co
2 Bus Bars
a) Make
b) Continuous Current rating in Amps 200A
c) Material Aluminium
d) Current Density 0.9 Amps/sqmm
3 Incoming Switch Fuse Unit
a) Make Havell’s/ Schinder
b) Type SFU
c) Rated Voltage 415 Volts AC
d) Continuous Current carrying Capacity in Amps 200A
4 Indication Lamps
a) Make STD
b) Type LED
c) Voltage 220Volts
5 Fuse
a) Make Havell’s/ Schinder
b) Type HRC
c) Rupturing Capacity 80 KA
6 Switch (triple/double pole)
a) Make Havell’s/ Schinder/ EQV
b) Type SF UNIT
c) Rated Continuous Current carrying Capacity in Amps 63A/32A/16A
7 Current Transformer
a) Make
b) Type Bar primary and ring type
c) Ratio 100-200/5A
d) VA burden rating 15 VA
e) Accuracy class 1
f) Type of Insulation PVC
g) Security factor <5
8 AC Meters/ Energy Meters (Details for Ammeters Voltmeters, Energy Meters shall be furnished separately)
AM VM KWH
a) Make M/S SML,or M/S L&T
b) Type MI 96 mm sq. 3 ph, 4W
CGM(PP&D), APDCL’s Samaguri bid document Page 131
c) Range
0-100 A ,200/5 0-200 A 0-500 0-300A
d) Accuracy 1.5
9 Internal Wiring
a) Make Supercab/ EQV
b) Type PVC Insulated Copper
c) Voltage Grade 1100 Volts
d) Size Recommended
e) Material used Copper
10 Cable Glands
a) Make Standard
b) Type Compression type
c) Size As per cable size
d) Material used Brass
11 Terminal Block
a) Make Eleco/ STD
b) Type STUND Type
d) Material used Bakelite DMC
12 Switch Board
a) Overall Dimension 1500x900x500 mm(for nine feeders ACDB)
b) Thickness of Steel metal 1.6 mm
c) Finish Light Grey
d) Approximate Weight 250Kg
3.0 COMBINATION MCCB UNIT
3.1. All MCCB shall be of triple pole rotary operated type and shall open and close with snap action. The
series combination MCCB shall conform to the provisions of latest issue of IS – 13947-2.
3.2. The MCCB shall be suitable for rated voltage of 415 volts AC., 50 Hz. The rated current of each
unit shall be as specified before.
4.0 BUS BARS
4.0 The phase and neutral bus bars shall be of high conductivity (as per IS 5082) aluminum of adequate
uniform cross section. The bus bars shall be insulated from the structure by means of durable non-
hygroscopic, noncombustible and non-tracking materials. Bus bar joints shall be bolted type.
5.0 The 415 Volts, L.T.A.C. switchgear shall have following circuits and equipments:
(a) INCOMING: - One number fitted with following:
(i) One 400/300 Amps. as required , unit fitted with cable glands suitable for 4 core XLPE
cable labeled "Incoming".
(ii) One voltmeter, 0-500 volts.
(iii) One Ammeter, 0-500 Amps.
(iv) One KWH Static Electronic Three phase Trivector meter having facility of downloading the
data with connected CTs as mentioned.
(b) OUTGOING :- Nos. 1 and 2 each comprising of:
One 300/200 Amps. as required, unit fitted with complete with direct connected round protecting pattern ammeter, scaled 0-300 Amps, and cable gland suitable for 4 core XLPE cable labeled as “outgoing”. Name Plate
The board shall be provided with nameplate covering all technical data and also name of the project shall be clearly mentioned
7.0 INSPECTION.
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in· accordance with the specification.
CGM(PP&D), APDCL’s Samaguri bid document Page 132
TECHNICAL SPECIFICATION FOR G.I STEEL TUBULAR
POLES FOR Bus bar & OVERHEAD LINES
1.0 SCOPE :
1.1 This specification covers the general requirements towards design, manufacture, testing at manufacturers
works, supply and delivery for tubular steel poles of circular cross section ( swaged type ) for overhead lines.
2.0 STANDARD :
2.1. The tubular steel poles shall conform to the latest edition of Indian Standard specification
IS: 2713 ( Part – I, III ) : 1980 Specification for Steel Tubular poles
The Steel Tubular Poles conforming to other internationally accepted, which ensure equal or higher
quality than the standards, mentioned above also be acceptable. In case the bidder who wish to offer
material conforming to the other standards, salient points of difference between adopted and specific
standards with authentic English Translation shall be furnished.
3.0 Topography and Climatic Condition :
3.1. The materials offered, shall be suitable for operation in tropical climate and will be subjected to the sun
and inclement weather and shall be able to withstand wide range of temperature variation. For the
purpose of design, average atmospheric temperature may be considered to be 50 °C with humidity
nearing saturation.
4.0 Materials :
4.1. The materials used in construction of tubular steel poles shall be of the tested quality of steels of
minimum tensile strength 540 MPa ( : 55 Kgf/mm2 ). Or 410MPa (42kgf/sqmm) as the case may be.
4.2. The materials, when analysed in accordance with IS : 228 ( Part-III : 1972 ) and
IS : 228 ( Part-IX) shall not show sulpher and phosphorous contents of more than 0.060
percent each.
5.0 Types, Size and construction :
5.1. Tubular Steel Poles shall be swaged type.
5.2. Swaged poles shall be made of seamless or welded tubes of suitable lengths swaged and jointed
together. No circumferential joints shall be permitted in the individual tube lengths of the poles. If welded
tubes are used they shall have one longitudinal weld seam only : and the longitudinal welds shall be
staggered at each swaged joint.
5.3. Swaging may be done by any mechanical process. The upper edge of each joint shall be chamfered if at
an angle of about 45o. The upper edge need not be chamfered if a circumferential weld is to be
deposited in accordance with clause No. 5.3 2 of IS: 2713 ( Part-I) :1980.
5.4. The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS: 2713(Par-I): 1980.
5.5. Poles shall be well-finished, clean and free from harmful surface defects. Ends of the poles shall be cut
square. Poles shall be straight, smooth and cylindrical. The weld joints, if any, shall be of good quality,
free from scale, surface defects, cracks, etc.
5.6. Tolerances for outside diameter, thickness, length, weight and straightness shall be in accordance with IS:
2713 (Part-I) : 1980.
5.7. The poles shall be coated with black bituminous paint conforming to IS : 158-1968 throughout, internally
and externally, upto the level which goes inside the earth. The remaining portion of the exterior shall be
painted with one coat of red oxide primer as specified in IS: 2074-1979.
5.8. For galvanized pole shall be galvanised as per IS: 2629/1985 & testing uniformity of coating on zinc
should be as per IS:2633/1986 . The quality of zinc used for galvanization shall conform to any of the
grade as per IS:209/1992 or IS:13229/1991. The molten matel in galvanisation should contain not less
than 98.5 percent by mass of zinc. The mass of zinc coating should not be less than 610g/sqm (Aprox.
86 micron) .
CGM(PP&D), APDCL’s Samaguri bid document Page 133
6.0 Joint in Swaged Poles : The lengths of joint on swaged poles shall be as follows:
Outside Diameter of smaller tube in
joints
Length of Joints (J1 or J2
76.1 mm 200 mm
88.9 mm 230mm
114.3 mm 300mm
139.7 mm 350 mm
1651 mm 400 mm
193.7 mm 450mm
7.0 Earthing Arrangements :
7.1. For earthing arrangement a through hole of 14mm diameter shall be provided in each pole at a height of
300mm above the planting depth.
8.0 PRINCIPAL PARAMETERS
SN ITEM DESCRIPTION PARAMETERS PARAMETER PARAMETERS PARAMETER
1. Type of Pole SP-76 SP-66 SP-60 SP-30
2. Overall Length 14.5 M 12.0 M 12.0 M 9.0 M
3. Planting Depth 2.0 M 2.0 M 2.0 M 1.5 M
4. Load Applied from top at a
distance of 0.60 M 0.60 M 0.60 M 0.3 M
5. Height above ground 12.5 M 10.0 M 10.0 M 7.5M
6. Length of sections
a. a Bottom 6.5 M 5.80 M 5.80 M 5.0 M
b. Middle 4.0 M 3.10 M 3.10 M 2.0M
c. Top 4.0 M 3.10 M 3.10 M 2.0M
7. Outside Diameter & thickness of section
a Bottom, MM 219.1 x5.90 219.1 x5.90 165.1 x 5.40 139.7x5.4
b Middle ,MM 193.7 x4.85 193.7 x4.85 139.7 x 4.50 114.3x4.5
c Top, MM 165.1 x 4.5 165.1 x 4.5 114.3 x 3.65 88.9x3.25
8. Approx. Wt of pole 380 KG 322 KG 208 KG 133 KG
9. crippling load 514 kgf 650 kgf 333 kgf 306 kgf
10. breaking load 724 kgf 916 kgf 469 kgf 430 kgf
11. Ultimate tensile strength 410 MPa ( 42 KGf / mm
2 )
410 MPa ( 42 KGf / mm
2 )
410 MPa ( 42 KGf / mm
2 )
410 MPa ( 42 KGf /
mm2 )
12. Joint in poles 400mm & 450
mm 400mm & 450
mm 300mm &
350mm 230 mm & 300 mm
13. Base Plate
A Mild Steel
base plate of
size 400 mm x
400 mm x
10mm shall
be welded at
the bottom of
the pole.
A Mild Steel
base plate of
size
400×400×10mm
shall be welded
at the bottom of
the pole.
A Mild Steel
base plate of
size 400×400×10
mm shall be
welded at the
bottom of the
pole.
Mild Steel base
plate of size
300×300×8 mm
shall be welded at
the bottom of the
pole.
14.
Galvanization : as per
IS:2629/1985, IS:2633/1986
& IS: 4736/1986 with
amendment
Not less than
610g /sqm (86
micron aprox.)
Not less than
610g /sqm (86
micron aprox.)
Not less than
610g /sqm (86
micron aprox.)
Not less than 610g
/sqm (86 micron
aprox.)
CGM(PP&D), APDCL’s Samaguri bid document Page 134
9.0 Tests and Test Certificates :
9.1. The following tests shall be conducted on finished poles :
A. Tensile test and chemical analysis for sulpher and phosphorous : The material when
analyzed as per IS: 228 ( pt.III & Pt. IX) shall not show sulpher & phosphorus content of more than
0.060 percent each.,
B. Deflection test : The temporary deflection due to the applied load at the point of application of
load shall not exceed 157.5mm
C. Permanent set test : The permanent set measured from the zero position after the release of
appropriate applied load, shall not exceed 13 mm
D. Drop test.: The pole shall not show any sign of telescoping or loosening of joint
9.2. In addition to above verification of dimensions as per IS : 2713 (Part-III) : 1980 shall be carried out during
acceptance of lots.
9.3. Number of poles selected for conducting different tests shall be in accordance to clause No.10.1.1 and
No. 10.1.12: of IS: 2713 (Part-I) 1980.
9.4. Tests shall be carried out before supply of each consignment at the manufacturers woks and test
certificates should be submitted to the purchaser for approval prior to delivery.
9.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980.
9.6. Purchaser reserves the right to inspect during manufacturing and depute his representative to inspect/test
at the works.
9.7. If any extra cost is required for carrying out the above specified tests, the same shall be borne by the
bidder
10.0 Marking :
10.1. The poles shall be marked with designation, manufacturer’s identification, year of manufacture and name
of the purchaser: APDCL
10.2. The poles may also be marked with the ISI certification mark if applicable.
11.0 Performance :-
11.1. The bidder shall furnish a list of the major supplies effected during the last 3 (three) years indicating the
volume of supply and actual delivery dates along with the bids.
11.2. Bids may not be considered if the past manufacturing experience is found to be less that 3 (three) years.
12.0 Deviation :-
13.1 Any deviation in technical specification shall be clearly indicated with sufficient reasons thereof.
Purchaser shall however reserve the right to accept and/or reject the same without assigning any
reasons what-so-ever.
13.0 Guaranteed technical particulars :
13.1. The bidder shall furnish all necessary guaranteed technical particulars in the prescribed proforma
enclosed hereinafter.
CGM(PP&D), APDCL’s Samaguri bid document Page 135
TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS
1.0 SCOPE :
This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Galvanized Cross Arm and channel used for 33KV, 11 KV & line complete with all accessories as specified.
2.0 Standards
The M.S Cross Arm and channel supplied under this specification shall conform the latest issue of the relevant Indian Standards IS – 226:1975,, IS:80 Regulations etc. except where specified otherwise.
The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the IS: 1852-1973 with latest revision. Galvanization conforming to latest version of 1S:2629
In the event of conforming to any standards other than the Indian Standards, the salient features of comparison shall be clearly set out separately
3.0 GENERAL REQUIREMENT :
i. The cross arm shall be fabricated grade of mild steel of channel section as per requirement.
ii. All steel members and other parts of fabricated material as delivered shall be free of warps, local
deformation, unauthorized splices, or unauthorized bends.
iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by pressure and not
by hammering. Straightness is of particular importance if the alignment of bolt holes along a member
is referred to its edges.
iv. Holes and other provisions for field assembly shall be properly marked and cross referenced. Where
required, either by notations on the drawing or by the necessity of proper identification and fittings for
field assembly, the connection shall be match marked.
v. A tolerance of not more than 1mm shall be permitted in the distance between the center lines of bolt
holes. The holes may be either drilled or punched and, unless otherwise stated, shall be not more
than 2mm greater in diameter than the bolts.
vi. When assembling the components force may be used to bring the bolt holes together (provided
neither members nor holes are thereby distorted) but all force must be removed before the bolt is
inserted. Otherwise strain shall be deemed to be present and the structure may be rejected even
though it may be, in all other respects, in conformity with the specification.
vii. The back of the inner angle irons of lap joints shall be chamfered and the ends of the members cut
where necessary and such other measures taken as will ensure that all members can be bolted
together without strain or distortion. In particular, steps shall be taken to relieve stress in cold worked
steel so as to prevent the onset of embitterment during galvanizing.
viii. Similar parts shall be interchangeable.
ix. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent practicable.
Shearing flame cutting and chipping shall be done carefully, neatly and accurately. Holes shall be cut,
drilled or punched at right angles to the surface and shall not be made or enlarged by burning. Holes
shall be clean-cut without torn or ragged edges, and burrs resulting from drilling or reaming
operations shall be removed with the proper tool.
x. Shapes and plates shall be fabricated to the tolerance that will permit field erection within tolerance,
except as otherwise specified. All fabrication shall be carried out in a neat and workmanlike manner
so as to facilitate cleaning, painting, galvanizing and inspection and to avoid areas in which water and
other matter can lodge.
xi. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign
CGM(PP&D), APDCL’s Samaguri bid document Page 136
materials that might prevent solid seating of the parts.
xii. Welded joints not permissible.
xiii. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in
the IS: 1852-1985 with latest revision.
all dimensions are subject to the following tolerances: a) dimensions up to and including 50mm:+1mm: and b) dimensions greater than 50mm: +2%
xiv. The channel cross arm shall be properly brushed to make it free from rust.
xv. For galvanized channel :
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels, structures, shall; be hot dip galvanized conforming to latest version of 1S:2629 or any other equivalent authoritative standard. The zinc coating shall be smooth, continuous and uniform. It shall be free from acid spot and shall not scale, blister or be removable by handling or packing. There shall be no impurities in the zinc or additives to the galvanic bath which could have a detrimental effect on the durability of the zinc coating. Before picking, all welding, drilling, cutting, grinding and other finishing operations must be completed and all grease, paints, varnish, oil, welding slag and other foreign matter completely removed. All protuberances, which would affect the life of galvanizing shall also be removed.
The weight of zinc deposited shall be in accordance with that stated in Standard IS 2629 and shall not less than 0.61kg/m² with a minimum thickness of 86 microns for items of thickness more than 5mm, 0.46kg/m² (64 microns) for items of thickness between 2mm and 5mm and 0.33kg/m² (47 microns) for items less than 2mm thick.
xvi. he raw materials and fabrication thereof in respect of cross arm shall be furnished along with
dimension.
xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.
xviii. One copy of the drawing of cross arm for each size shall be furnished along with the technical bid.
REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM
Item Mass (kg/m) Sectional area (sqcm)
Dimension in mm Galvanization
G.I Channel (150x75x6mm)
16.8 21.3 150x75x5.7x9.0 not less than 0.61kg/m² with a minimum thickness of 86
microns
G.I Channel (100x50x6mm)
9.56 12.2 100x50x5.0x7.7 not less than 0.61kg/m² with a minimum thickness of 86
microns
G.I Angle (50x50x6 mm) 4.5 5.68 50x50x6 not less than 0.61kg/m² with a minimum thickness of 86
microns
G.I Angle (65x65x6 mm) 5.8 7.44 65x65x6 not less than 0.61kg/m² with a minimum thickness of 86
microns
Applicable standard IS:808-1989, IS; 802 ( PtI,II,III)/1995; IS:1852/1985; IS:2062/2006
IS:2629 & IS:2633
CGM(PP&D), APDCL’s Samaguri bid document Page 137
TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” , “PANTHAR” CONDUCTOR
Scope
This specification covers design, manufacture, testing at works, transport, insurance, storage, erection and commissioning of All Aluminum Alloy Stranded Conductors at site in 33 KV.
1.0 Conductor Size
37/3.15 mm (288 mm² Alloy Area)- Panther equivalent.
19/3.40 mm (175 mm² Alloy Area) – wolf equivalent
7/3.81 mm ( 80 mm² Alloy Area ) – Raccoon equivalent.
2.0 Applicable Standards
Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)- 1994 or the latest version thereof.
3.0 Properties of Wires
The properties of Aluminium alloy wires to be used in the construction of the stranded conductors shall be as in the following Table-1
Table-1
Code Diameter Cross area of nominal
Dia wire Mass
Maximum breaking load after stranding
Resistance at 20° C
Nominal Min Max Max Stamdard
Mm mm mm mm2 Kg/Km KN Ohm/Km Ohm/Km
AAAC Wolf eqv
3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96
AAAC Raccoon
Eqv. 3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851
AAAC Panther
Eqv. 3.15 3.12 3.18 7.793 21.04 2.41 2.29 4.29
4.0 Properties of Conductors
The properties of stranded all aluminium alloy conductors of various sizes shall be as in the following table-II All Aluminium Alloy Conductors ( AAAC)
Code Nominal
Alloy Area
Stranding & Wire dia
Sectional area
Approx. overall dia
Approx. Mass
Calculated resistance at 20° C (Max)
Approx calculated breaking
load
1 2 3 4 5 6 7
mm2 Mm mm
2 Mm Kg/Km Ohm/Km KN
AAAC Wolf eqv
173 19/3.40 172.52 17.00 474.02 0.1969 50.54
AAAC Raccoon Eqv.
80 7/3.81 79.81 11.43 218.26 0.425 23.41
AAAC Panther Eqv.
288 37/3.15 288 22.05 794.05 0.1182 84.71
5.0 Free From Defects
The wire shall be smooth and free from all imperfection such as spills, splits etc.
6.0 Joints in Wires
Conductors containing three/seven wires. There shall be no joint in any wire of a stranded conductor containing three/seven wires except those made in the base rod or wire before final drawing.
7.0 Stranding
8.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant requirements of this standard.
8.2 The lay shall be within the limits given in Table-III Lay Ratios for Aluminium Alloy Stranded Conductors
CGM(PP&D), APDCL’s Samaguri bid document Page 138
No. of wires in conductors Lay ration
Min. Max
7 10 14
19 10 16
37 10 16
8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded. 8.0 Climatic Conditions
The conductor shall be designed to suit for the climatic conditions specified in these bidding documents. 9.0 Tests
The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall carry out test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the purchaser, the test sample may be taken form the stranded wires. However the minimum breaking load test shall be done on a sample taken from stranded wires and the minimum breaking load shall not be less than the value indicated in Table-I. The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-1994 i) Breaking loads test.
ii) Elongation test
iii) Resistance test
10.0 Packing and Marking
The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980 “ Specification for reels and drums for bare wire and name of the project TDF shall be indicated clearly on the drums.
10.1 Packing 10.1.1 The gross mass of packing of various conductors shall not exceed by more than 10% of the values given
in the following table:
Conductor size Gross Mass
175 mm2 alloy area ( 19/3.40mm) 2500
80 mm² Alloy Area (7/3.81 mm) 1600 KG
10.1.2 The normal length of various conductors shall be as given in the following table:
Conductor size Normal Length
175 mm2 alloy area ( 19/3.40mm) 1.1 Km
80 mm² Alloy Area (7/3.81 mm) 1.3 KM
10.1.3 Longer lengths shall be acceptable.
10.1.4 Short length , not less than 50% of the normal length shall be acceptable to the maximum extent of 10%
of the quantity ordered 10.2 marking.
The following information be marked on each package.
1.1. Manufacturer’s name.
1.2. Trade Mark, if any.
1.3. Drum or identification number.
1.4. Size of conductor
1.5. Number & lengths of conductor
1.6. Gross Mass of the package
1.7. Net mass of the conductor
1.8. ISI certification mark.
1.9. Name of the Project TDF
11 INSPECTION All tests and inspection shall be made at the place of manufacture. The manufacturer shall
afford the inspection representing the purchaser or third party nominee all reasonable facilities without
charge to satisfy him that the material is being furnished in accordance with this specification.
CGM(PP&D), APDCL’s Samaguri bid document Page 139
TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA RACOON /WOLF CONDUCTOR
1.0 Scope:
The scope covers design, manufacturing, testing at work, transport at site, insurance, storage, erection and commissioning of P.G. Clamp suitable for Conductor size Wolf/Raccoon/Weasel/3 Bolt Type strictly conforming to IS : 2121 and Galvanising conforming to IS : 2633 as per the following:
2.0 Standards:
P.G. Clamps suitable for conductor size, wolf/raccoon/weasel 3 bolt types strictly conforming to IS :
2121 and galvanizing conforming to IS: 2633 as per the following:
P.G. clamp body to be made from aluminium alloy
Clamps nuts and bolt and washer should be made of hot deep galvanized steel
Spring washer be made of electro-galvanize special steel.
Conductor
Maximum conductor diameter in
mm
Dimensions No of Bolts
Approx. Weight
Kg. AAAC A
mm B
mm C
mm D
mm E
mm
Wolf 20.78 140 76 42 5/8 1 3 0.51
Raccoon 14.45 95 57 30 1/2 2 2 0.18
Panther 22.05
3.0 Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier 0of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found defective.
CGM(PP&D), APDCL’s Samaguri bid document Page 140
TECHNICAL SPECIFICATION FOR COMPOSITE POLYMERIC INSULATORS FOR USE IN 11KV AND 33 KV SYSTEM
1.0 SCOPE
1. This section covers the specifications for design, manufacture, shop & laboratory testing ,
supply before dispatch & supply of Composite polymeric insulator consisting of a load bearing
cylindrical insulating solid core consisting of fibres usually glass in a resin based matrix , a housing
(outside the insulating core ) made of polymeric material and end fittings permanently attached to the
insulating core for a.c system with a nominal voltage greater than 1000 V for overhead lines.
The Composite insulator shall be pin insulator for straight line location and Long rod insulator for conductors in tension application at angle/ cut point. The composite tension / suspension insulator shall be of suitable for boll and socket type or tongue & Clevis type fittings.
2. APPLICABLE STANDARD : Following international standard are applicable for composite polymeric
insulation with latest amendment and other relevant national & internal standard also been application
with latest amendment.
The composite insulators including the end fitting connection shall be of standard design suitable for use with the hardware fittings of any make conforming to relevant IEC/IS standards.
Sl. No.
Indian Standard
Title International Standard
1. IEC
Definition, test method and acceptance criteria for composite insulators for a. c. overhead lines above.
IEC:61109
2. IS:731
Porcelain insulators for overhead power lines with a nominal voltage greater than 1000V
IEC:60383
3. IS:2071 Methods of High voltage testing IEC:60060-1
4.
IS:2486
Specification for insulator fitting for overhead power lines with a nominal voltage greater than 1000V General Requirements and tests Dimensional Requirements locking devices.
IEC:60120 IEC:60372
5.
Thermal mechanical performances test on string insulator units.
IEC:60575
6. IS:13134
Guide for the selection of insulators in respect of polluted conditions.
IEC:60815
7.
Characteristics of string insulator units of the long rod type.
IEC:60433
8. Hydrophobicity classification STRI GUIDE 1.92/1
9.
Radio interference characteristics of overhead power lines and high-voltage equipment
CISPR:18-2 PART2
10. IS:8263 Methods of RI test of HV insulators IEC:60437
11.
Standard for insulators- composite distribution dead end type
ANSI c29.13-2000
12. IS:4759
Hot dip Zinc coatings on structural steel & other allied products.
ISO:1459 ISO:1461
13. IS:2629
Recommendation of weight for hot, dip galvanization for iron and steel
ISO:1461(E)
14. IS:6745
Determination of weight of Zinc coatings on zinc coated iron and steel articles
ISO:1460
15. IS:3203
Method of testing of local thickness of electroplated coating
ISO:2178
16. IS:2633 Testing of uniformity of coating of zinc coated articles
17. Standard specification for glass fiber standards ASTM D 578-05
18.
Standard test method for compositional analysis of thermogravimetry
ASTME 1131- 03
19. IS:4699 Specification for refined secondary Zinc
3. SERVICE CONDITION
CGM(PP&D), APDCL’s Samaguri bid document Page 141
Maximum ambient temperature : *480 C
Minimum ambient temperature : - 50 C
Relative humidity : 0 to 100% The size of composite insulator, minimum creepage distance and mechanical strength along with hardware fittings shall be as follows.
4. TERMS AND DEFINITION:
I. The polymeric insulator whose insulating body consist of organic base materials also known as
non ceramic insulator and coupling device should be attached to the end of the insulating body. II. The composite polymeric insulator should be made two insulating part- namely a core and a
housing part. The core consisting of fibres (e.g glass) which are position in a resin based matrix or a homogeneous insulating material (resin)
III. The insulator trunk which is the central insulating part of an insulator from which the sheds project.
IV. The housing which is the external insulating part of a composite insulator providing the necessary creapage distance and protecting core from environment.
V. The shed of the insulator which is the insulating part projecting from the insulator trunk , intended to increase the creepage distance.
VI. The interface which is the surface between housing and fixating device, between various parts of the housing e.g between shed or between sheath and shes, between core and housing.
VII. The end fitting which provide integral component or formed part of an insulator intended to connect it to a supporting structure , or to a conductor or to an item of equipment or to another insulator.
Sl
.
N
o.
Type of
composite
insulator
Nominal
system
voltage
KV
(rms)
Higest
system
voltage KV
(rms)
Visible
discharge
test voltage
KV (rms
Wet power
frequency
withstand
voltage KV
(rms
Impulse
withstand
voltage KV
(rms
Minimum Creepage
distance (mm)
Min. Failing
load KN
Pin ball
shankdi
ameter
mm
Normal &
moderately
polluted
(20mm/ KV)
Hea vily
pollu ted
(25mm/
KV)
i Long rod
insulator
11 12 9 35 75 240 320 45 16
33 36 27 75 170 720 900 45/70**
ii
Post/ pin
insulator
11 12 9 35 75 240 320 5
33 36 27 75 170 720 900 10
Dimensional Tolerance of composite insulators ±(0.04d=1.5) mm when d < 300 mm ±(0.025d=6) mm when d < 300 mm
5. Inter changeability
The composite insulators including the end fitting connection shall be of standard design suitable for use with the hardware fittings of any make conforming to relevant IEC/IS standards.
6. Corona and RI performance
All surfaces shall be clean, smooth without cuts, abrasions or projections. No parts shall be subjected to excessive localized pressure. The insulator and metal parts shall be so designed and manufactured that it shall avoid local corona formation and not generate any radio interference beyond specified limit under the operating conditions.
7. Core It shall be a glass – fiber reinforce epoxy resin rod of high strength (FRP rod). Glass fibers and resin shall be optimized in the FRP rod. Glass fibers shall be Boron free electrically corrosion resistant(ECR) glass fiber or boron free E- class and shall exhibit both high electrical integrity
CGM(PP&D), APDCL’s Samaguri bid document Page 142
and high resistance to acid corrosion . the matrix of the FRP rod shall be Hydrolysis resistant. The FRP rod shall be manufactured through pultrusion process . the FRP rod shall be void free. Housing (Sheath) The FRP rod shall be covered by a seamless sheath of a silicon elastometric compound or silicon alloy compound of a thickness of 3 mm minimum.
It should protect the FRP rod against environment influences, external pollution and humidity. It shall be excluded or directly moulded on the core and shall have chemical bonding with the FRP rod. The strength of the bond shall be greater than the tearing strength of the polymer. Sheath material in the bulk as in the sealing/ bonding area shall be free from voids.
8. Weather sheds
The composite polymer weather sheds made of silicon elastomeric compound of silicon alloy shall be firmly bounded to the sheath, vulcanized to the sheath or moulded as part of the sheath and shall be free from imperfections. The weather sheds should have silicon content of minimum 30% by weight. The strength of the weather sheds to sheath interface shall be greater than the tearing strength of the polymer. The interface, if any, between sheds and sheath (housing) shall be free from voids.
9. End Fittings
End fittings transmit then mechanical load to the core. They shall be made of spheroid graphite cast iron, malleable cast iron or forged steel or aluminium alloy. They shall be connected to the rod by means of a controlled compression technique. The gap between fitting and sheath shall be sealed by a flexible silicon elastomeric compound or silicon alloy compound sealant. System of attachment of end fitting to the rod shall provide superior sealing performance between housing, i.e. seamless sheath and metal connection. The sealing must be moisture proof. The dimensions of end fittings of Insulators shall be in accordance with the standard dimensions stated in IS:2486/IEC:60120
10. Equipment Marking
I. Each insulator unit shall be legibly and marked with the following details as per IEC-61109 (a) Month & Year of manufacture (b) Min. Failing load/ guaranteed mechanical strength in kilo Newton followed by the word KN
to facilitate easy identification. (c) Manufacture’s name / trade mark. II. One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be marked on the end
fitting of each composite long rod of [particular strength in case of 33 KV insulators for identification in case both type of insulators are procured by the utility. The paint shall be not have deteriorating effect on the insulator performance, following codes shall be used as identification mark:
For 45 KN Long unit : Blue For 70 KN Long unit : Red
11. Bid Drawings
I. The full description and illustration of the materials offered. II. 6.2 The bidder furnish alongwith the bid the outline drawing ( 3 copies ) of each
insulator unit including a cross sectional view of the long rod insulator unit. The drawing shall include but not be limited to the following information.
(a) Long rod diameter with manufacturing tolerance. (b) Minimum creepage distance with positive tolerance. (c) Protected creepage distance. (d) Eccentricity of the long rod unit (i) Axial run out (ii) Radial run out
CGM(PP&D), APDCL’s Samaguri bid document Page 143
(e) Unit mechanical and electrical characteristics (f) Size and weight of ball and socket/ tongue & cleaves (g) Weight of composite long rod units (h) Materials (i) Identification Mark (ii) Manufacturer’s catalogue number
12. Type tests
Sl.No. Description of type test Test procedure / standard
1. Dry lightning impulse withstand voltage test
As per IEC 61109 (Clause 6.1)
2. Wet power frequency test As per IEC 61109 (Clause 6.2)
3. Mechanical load- time test As per IEC 61109 (Clause 6.4)
4. Radio Interference test As per IEC 61109 (Clause 6.5) revised
5. Recovery of Hydrophobicity test Annexure-B This test may be repeated every 3 yrs by the manufacturer
6. Chemical composition test for silicon content
Annexure-B or any other test method acceptable to the owner
7. Brittle fracture resistance test Annexure-B
13. Acceptance (Sample) Tests
A. For Composite Insulators
A Verification of dimensions Clause 7.2 IEC:61109
B Verification of the locking system ( if possible) Clause 7.3 IEC:61109
C Galvanizing Test IS 2633 / IS 6745
D Verification of the specified mechanical load Clause 7.4 IEC:61109
B. Routine Tests
Sl. No. Description Standard
1. Identification of marking As per IEC:61109 Clause 8.1
2. Visual Inspection As per IEC:61109 Clause 8.2
3. Mechanical routine test As per IEC:61109 Clause 8.3
C. Tests During Manufacture
Following tests shall also be carried our
A Chemical analysis of zinc used for galvanizing
B Chemical analysis, mechanical, metallographic test and magnetic particle inspection for malleable castings
C Chemical analysis, hardness and magnetic particle inspection for forigngs
CGM(PP&D), APDCL’s Samaguri bid document Page 144
TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , 45 KN ( T & C ) TYPE & 33KV ,70KN (B&S type)
Sl. no Description Unit 11KV , 45 KN , T& C type
33KV, 70KN (B&S)
1. Type of Insulator Composite polymeric Insulators
Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up to date amendments
IES-61109 with up to date amendments
3. Name of material used in manufacture Of the insulator with class/grade
Silicon/ Polyolefin material
Silicon/ Polyolefin material
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
ECR glass boron content free
ECR glass boron content free
(b) Material of housing &Weather sheds Silicon content by weight
36% 36%
(c) ( material of end fitting ) Hot dip galvanized high strength steel
Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based sealants
Silicon based sealants
4. Color Grey/ Red Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV 33 KV
(b) Highest system voltage KV(rms) 12 KV 36KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV 70KV
(d) Wet power frequency withstand voltage KV (rms ) 35 KV 70KV
(e) Dry flashover voltage KV(rms) >35KV >70KV
(f) Wet flashover voltage KV(rms) >35KV >70 KV
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
75KV 75 KV
170KV 170 KV
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
95KV 95 KV
195 KV 195KV
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt As per IES specification
As per IEC specification
(j) Creepage distance (mm) Mm 320 mm 900 mm
6. Mechanical characteristics
(a) Minimum failing load KN 45KN 70 KN
7. Dimension of insulator Drawing to be attached
Drawing to be attached
(i) Weight Kg 0.90 Kg (Approx) 1.5 Kg (Approx)
(ii) Dia of FRP rod Mm 16 mm 16 mm
(iii) Length of FRP rod Mm drawing to be attached as per type test
drawing to be attached as per type test
(iv) Die. Of Weather sheds Mm drawing to be attached as per type test
drawing to be attached as per type test
(v) Thickness of housing Mm (3mm-Min) (3mm-Min)
(vi) Dry arc distance Mm drawing to be attached as per type test
drawing to be attached as per type test
Dimension drawing of insulator including Provided Provided
CGM(PP&D), APDCL’s Samaguri bid document Page 145
weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
Modular Design Modular Design
9. No. of Weather sheds drawing to be attached as per type test
drawing to be attached as per type test
10. Types of sheds drawing to be attached as per type test
drawing to be attached as per type test
(i) Aerodynamic Aerodynamic
(ii) With under ribs -------------------------
11. Packing details Each insulator in poly bag then packed in master
carton- 7Ply
Each insulator in poly bag then packed in master carton-
7Ply
(a) Types of packing Corrugated Bodies
Corrugated Bodies
(b) No. of insulator each pack One master carton box containing 16Pcs
One master carton box containing 12Pcs
(c) Gross weight of package 17 KG ( approx. )
20 KG ( approx. )
12. Any other particulars which the bidder may like to give
-----------------------
13 Performance Guarantee ( from date of commissioning)
18 month 18 month
CGM(PP&D), APDCL’s Samaguri bid document Page 146
TECHNICAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV & 33 KV PIN INSULATOR TYPE
Sl. No Description Unit 11KV , 5 KN , PIN
INSULATOR 33KV 10KV PIN
INSULATOR
1. Type of Insulator Composite polymeric Insulators
Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up
to date amendments
IES-61109 with up to date
amendments
3. Name of material used in manufacture
Of the insulator with class/grade
Silicon/ Polyolefin material
Silicon/ Polyolefin material
(a) Material of core (FRP rod) i) E-glass or ECR- glass
ii) Boron content
ECR glass boron content free
ECR glass boron content free
(b) Material of housing &Weather sheds
Silicon content by weight 36% 36%
(c) ( material of end fitting ) Hot dip galvanized high strength steel
Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based
sealants Silicon based
sealants
4. Color Grey/ Red Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV 33 KV
(b) Highest system voltage KV(rms) 12 KV 36KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV 70KV
(d) Wet power frequency withstand voltage KV (rms
) 35 KV 70KV
(e) Dry flashover voltage KV(rms) >35KV >70KV
(f) Wet flashover voltage KV(rms) >35KV >70 KV
(g)
Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak)
KV(peak)
75KV 75 KV
170KV 170 KV
(h) Dry lighting impulse flashover voltage
c) positive d) Negative
KV(peak)
KV(peak)
95KV 95 KV
195 KV 195KV
(i) R/V at 1MHz when energized at
10KV/30KV(rms) under dry condition Microvolt
As per IEC specification
As per IEC specification
(j) Creepage distance (mm) Mm 320 mm 900 mm
6. Mechanical characteristics
(a) Minimum failing load KN 5KN 10 KN
7. Dimension of insulator As per type test
(i) Weight Kg 1.0 Kg (Approx) 1.6 KG (aprox)
(ii) Dia of FRP rod Mm 16 mm 24 mm
(iii) Length of FRP rod Mm drawing to be
attached drawing to be
attached
(iv) Die. Of Weather sheds Mm drawing to be
attached drawing to be
attached
(v) Thickness of housing Mm (3mm-Min) (3mm-Min)
(vi) Dry arc distance Mm drawing to be
attached drawing to be
attached
Dimension drawing of insulator including
weight with clearances min weight enclosed
Provided Provided
8. Method of fixing of sheds to housing
(specify single moulder Modular construction moulding )
Modular Design Modular Design
CGM(PP&D), APDCL’s Samaguri bid document Page 147
9. No. of Weather sheds Drawing to be
attached Drawing to be
attached
10. Types of sheds Drawing to be
attached Drawing to be
attached
(i) Aerodynamic Aerodynamic
(ii) With under ribs -------------------------
11. Packing details
Each insulator in poly bag then
packed in master
carton- 7Ply
Each insulator in poly bag then
packed in master
carton- 7Ply
(a) Types of packing Corrugated
Bodies Corrugated
Bodies
(b) No. of insulator each pack One master carton box containing 16
Pcs
One master carton box containing 16
Pcs
(c) Gross weight of package 16 KG ( approx. ) 21 KG ( approx. )
12. Any other particulars which the bidder
may like to give -----------------------
13 Performance Guarantee ( from date of
commissioning) 18 month 18 month
CGM(PP&D), APDCL’s Samaguri bid document Page 148
TECHNICAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV & 33 KV POST INSULATOR TYPE
Sl. No Description Unit 11KV , POST INSULATOR
33KV POST INSULATOR
1. Type of Insulator Composite polymeric Insulators
Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up to date amendments
IES-61109 with up to date amendments
3. Name of material used in manufacture Of the insulator with class/grade
Silicon/ Polyolefin material
Silicon/ Polyolefin material
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
ECR glass boron content free
ECR glass boron content free
(b) Material of housing &Weather sheds Silicon content by weight
36% 36%
(c) ( material of end fitting ) Hot dip galvanized high strength steel
Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based sealants
Silicon based sealants
4. Color Grey/ Red Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV 33 KV
(b) Highest system voltage KV(rms) 12 KV 36KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV 75KV
(d) Wet power frequency withstand voltage KV (rms )
35 KV 75KV
(e) Dry flashover voltage KV(rms) >35KV >70KV
(f) Wet flashover voltage KV(rms) >35KV >70 KV
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
75KV 75 KV
170KV 170 KV
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
95KV 95 KV
195 KV 195KV
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt As per IEC specification
As per IEC specification
(j) Creepage distance (mm) Mm 320 mm 900 mm
6. Mechanical characteristics
(a) Minimum failing load KN 15KN 20 KN
7. Dimension of insulator As per type test
(i) Weight Kg 1.0 Kg (Approx) 1.6 KG (aprox)
(ii) Dia of FRP rod Mm 30 mm 30 mm
(iii) Length of FRP rod Mm drawing to be attached
drawing to be attached
(iv) Die. Of Weather sheds Mm drawing to be attached
drawing to be attached
(v) Thickness of housing Mm (3mm-Min) (3mm-Min)
(vi) Dry arc distance Mm drawing to be attached
drawing to be attached
Dimension drawing of insulator including weight with clearances min weight enclosed
Provided Provided
CGM(PP&D), APDCL’s Samaguri bid document Page 149
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
Modular Design Modular Design
9. No. of Weather sheds Drawing to be attached
Drawing to be attached
10. Types of sheds Drawing to be attached
Drawing to be attached
(i) Aerodynamic Aerodynamic
(ii) With under ribs -------------------------
11. Packing details Each insulator in poly bag then packed in master
carton- 7Ply
Each insulator in poly bag then packed in master
carton- 7Ply
(a) Types of packing Corrugated Bodies
Corrugated Bodies
(b) No. of insulator each pack One master carton box containing 16 Pcs
One master carton box containing 16 Pcs
(c) Gross weight of package 16 KG ( approx. )
21 KG ( approx. )
12. Any other particulars which the bidder may like to give
-----------------------
13 Performance Guarantee ( from date of commissioning)
18 month 18 month
CGM(PP&D), APDCL’s Samaguri bid document Page 150
TECHNICAL SPECIFICATION HARDWARE FITTINGS FOR 70 KN DISC INSULATOR (B&S)
1. Scope: -
This scope of works covers drawings, design, manufacture, testing before despatch and delivery of hardware fittings suitable for 70 KN Disc Insulators (Ball &Socket) for tension and suspension type and hardware fittings suitable for 45 KN Disc Insulators clevis & tongue type (T&C) for AAAC Raccoon, wolf & panther conductor in 11KV & 33KV system..
2. Standard: -
The hardware fittings shall conform to the provisions of latest edition IS-2486 /1989 with up-to-date amendments.
3 Insulator Hardware
Each insulators string hardware sets generally include the following hardware unless otherwise mentioned
specially in the bill of materials.
Anchor shackles for attachment of suspension string assembly to the support hanger and tension string assembly to the support strain plate.
Bolts, nuts, washers, split pin etc. Other fittings and accessories to make the string complete such as Ball link, socket devise,
socket eye etc. 4. Technical particulars: -
i) Ball & Socket designation - 16 mm
ii) Breaking strength of hardware fittings - 70 KN
iii) Clevis and Tongue designation -16mm, 45KN
5. Guaranteed Technical Particulars (GTP) and drawing specifically showing all dimensions are to be
submitted along with technical bids.
6. Sample should be furnished along with the tender for verifications.
7. Test
i) Type Test
a) Mechanical test b) Verification of dimensions. c) Galvanizing/ Electroplating test.
ii) Acceptance Test:
a) Dimensional test. b) Galvanizing test c) Mechanical test
iii) Routine Test:
a) Visual examination test. b) Routine mechanical test.
CGM(PP&D), APDCL’s Samaguri bid document Page 151
TECHNICAL SPECIFICATION FOR G.I. STAY WIRE
1.0 Scope The specification covers design, manufacturing and testing, transporting to site, insurance, storage, erection and commissioning of G.I. Stay Wire 7/10SWG and 7/14SWG.
2.0 Materials.
The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur and phosphorus exceeding 0.065 percent each.
The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966 The general requirements for the supply of Galvanized stay strand shall be in accordance with IS:1387-
1967 3.0 Construction
3.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm 3.2 The Galvanized stay strand shall be of 7/2 mm and 7/3.15 mm. the lay of the strands shall be of the length
of 7/2 mm and Tables-I of IS: 2141-1963. the wires shall be so stranded together that when and evenly distributed pull is applied at the end of the completed strand each wire will take equal share of the pull.
3.3 The length of the strand which may be supplied without joints in the individual wires comprising it, depend on the length of wire which may be carried by the bobbin in a normal stranding machine. The normal lengths of strand which shall be supplied without joints in the individual wires, excluding welds made in the rod before drawing shall be as given below. The lengths may be exceeded by agreement between the manufacturer and the purchaser.
Diameter of wire in strand Normal length without joints of weld 3.15 mm 1000 M 2.0 mm 3000 M 3.4 In cases where joints are permitted, they shall be made by welding of brazing joints in the same wire shall
be separated by a length of not less than that shown in 3.3 and joints in different wires in a strand shall not be less than 20 M apart.
4.0 Freedom from Defects :
4.1 Each coil shall be warranted to contain no weld joint or splice other than in the rod before it is drawn and those permitted in 3.4. The wire shall be circular and shall be free scale, irregularities imperfections flaws splits and other defects. The Zinc coating shall be smooth, even the bright.
5.0 Tests:
5.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical analysis be carried out.
5.2 Tensile Test: The wire when tested in accordance with IS: 1521-1960, on gauge length of 100 mm shall have the minimum tensile strength specified in Tables 1 of IS : 2141/1968 according to the grade of the wire.
5.2.1 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the single wires.
5.3 Delivery test: The wire shall be subjected to the wrapping test in accordance with IS : 1755/1961. When wrapped eight times round its own diameter and on being subsequently strengthened the wire shall not break or split.
5.3.1 Coating test: The uniformity of Zinc coating shall be tested by the method specified in IS : 2633/1964. The wire shall withstand the number or dips as specified in IS : 4826-1968.
6.0 Marking:
6.1 Each coil shall be provided with a label, fixed firmly on the inner part of the coil, bearing 'the following information. a. Manufacturer's name or trade mark b. Lot number and coil number c. A brief description and quality of the materials. d. Weight and e. Any other particulars specified by the purchaser f. Name of the project TDF.
6.2 The label may also be marked with the ISI certification mark. 7.0 Inspection:
The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test should be in conformity with relevant IS .
CGM(PP&D), APDCL’s Samaguri bid document Page 152
TECHNICAL SPECIFICATION OF XLPE CABLE FOR 11kV SYSTEM
1.0 SCOPE:
The specification covers the design, testing, supply and delivery at store/ site in proper packed condition of different grade of 1 or 3 core. Aluminium Conductor, Cross-linked polyethylene (XLPE) insulated, PVC sheathed, armoured, / unarmour screened Power Cables.
2.0 LOCATION:
1.1 The cables may be laid buried directly in ground at a depth of one metre in average, any where in Assam
and terminate for outdoor connection to a power transformer or to overhead lines and also indoor
connection for indoor switchgear.
1.2 The cables may also be laid within covered cable trenches, in cable racks or open-air ladder trays etc. for
certain portion of lengths.
3.0 SYSTEM DETAILS:
3.1 Voltage grade (KV) of cable required … 6.35/11
3.1 Service Voltage … 11 KV
3.2 Highest Voltage … 12 KV
3.3 Earthing System Solidly Earthed
3.4 B.I.L. for Cables 75 KV for 11 KV
3.5 Fault Level (Maxim.) …
3.6 Frequency … 50 C/S.
4.1 STARDARDS:
4.2 The cable shall conform to the following standards to the extent of LAEDCL requirement is fulfilled. 1) IS : 7098 (Part – II) (Latest) :Specification for cross-linked polyethylene Insulated
PVC Sheathed Cables for working Voltage from 3.3 KV up to and including 33 KV.
2) IS:8130 – 1984 :Specification for Conductors for insulated electric cables
and flexible cords.
3) IS:5830 – 1984 :PVC insulation & sheath of electric cables.
4) IS:3975 – 1979 : Armour for cables (for 3 Crore).
5) IS:10810 – 1984 : Methods for test for cables.
6) IS:10418 – 1982 : Cable Drum for Electric Cables.
3.3 The cable, joints, outdoor and indoor termination and their accessories and fittings may conform to other
Indian and/or equivalent standards or important publications to improve upon their performance, but shall
not fall short of the requirement of this specification. The tenderer shall clearly indicate such standards in
their offers.
5.0 ELECTRICAL CHARACTERISTICS & PERFORMANCE:
5.1 Description of Cable: a) 6.35/11 KV Grade 3-Crore : Same as above but insulation shielding with black semi-conducting
tape not necessary. Inner sheath to be wrapped not extruded and strip armoured. The design
shall fully conform to IS:7098 (Part – II).
b) SPECIFIC TECHNICAL REQUIREMENTS
Technical parameters of the cable shall be as follows:
Sl No Particulars Unit 11 KV
1 Rated voltage KV 11
2 Type of insulation - XLPE
3 Single Core - Single , three
4 Armoured /Unarmoured - Armoured
5 Material of Conductor Material to IS: 8130, H4 Grade Aluminium Conductor, Stranded compacted Circular
6 System - 11 KV Earthed
CGM(PP&D), APDCL’s Samaguri bid document Page 153
7 Highest System Voltage KV 12
8 Material - Stranded Aluminium
9 Voltage Grade 6.35/11 KV
10 Conductor Size Sq. mm 1x185,3x120 1x300 ,1x240 sqmm
11 Nominal dimention of Al. round wire
2.0mm[for 1x300sqmm ], 2.0mm [for 1x185sqmm; 2.0mm [for 1x240sqmm ] & 2.5mm[3x120 sqmm],,
12 Sheath 3.6 mm
13 Approx overall cable diameter
61.50mm [for 3x120sqmm], 34mm [for 1x185sqmm] 36 mm [for 1x240sqmm ] 40.00 mm [ for 1x300 sqmm],
14 Current rating
a In ground at 300C
219A(3x120sqmm), 296A(1x185sqmm) 325 A (1x240 sqmm) 381 A(1x300 sqmm)
b In air at 400C
288A(1x120sqmm), 378A(1x185sqmm) 450A (1x240 sqmm) 512 A(1x300 sqmm
15 Maxm. Conductor Temp
90 oC at maxm.
Continuous current
16 Short Ckt.Current for 1 second duration
11.3KA-for120 sqmm, 17.5 KA-for 185 sqmm, 28.3 KA – for 300 sqmm.
17 Maxm.Permissible emergency overload temp. at 25% overload to 100 hrs. per year or 500 hrs. in life of cable
130 oC for one hour
18 Maxm. Permissible short circuit temperature
250 oC for one hour
19 Conductor Screening Extruded, cross linked, semi-conducting compound of.5 mm for 11KV
20 Insulation Screening
21 Conductor Screening : Extruded, cross linked, semi-conducting compound of.5 mm for 11KV
22 Insulation : XLPE of thickness, 3.6 mm (Nominal) for 11KV
a Insulation Screening For 33 KV :
Combination of black extruded semi-conducting tape as the non-metallic part and annealed copper 0.06 mm (minimum) thick tape lapping as metallic part. For 1 core cable, the non-magnetic metal Armour will act as metallic part insulation screening.
b For 11 KV :
It is same but semi-conducting tape is not required
23 Inner Sheathing : Black extruded PVC, Type ST-2 compound for 33 KV and wrapped PVC tape for 11 KV as per ISS. For 1 core there will be no inner sheath.
24 Armouring : Single layer of round galvanized steel wires/strip for 33 KV and galvanized steel strips/wire for 11 KV (3 core) as per IS. For 1 core, there will be non-magnetic metal Armour.
25 Overall Sheathing : Coloured PVC, type ST-2 compound to IS: 5831, extruded for both 33KV and 11KV thickness shall be as per ISS
26 Approx. length of cable in a Drum
: 250 metres with a tolerance of ± 5% (for 3 core), 500 metres ± 5% (for 1 core)
27 End Sealing H.S. Caps (see clause 5.13.1) (Heat Shrinkable)
a Max. ‘Tan-delta’ at room temp. At nominal phase to neutral voltage (Uo):
0.004
CGM(PP&D), APDCL’s Samaguri bid document Page 154
b Maxm. Increment of ‘tan-delta’ between 0.5 Uo to 2 Uo at room temp:
: 0.002
28 Partial discharge value 20 Pc (Maxm.) at 1.6 Uo.
29 Impulse Tests 170 KV for 33 KV and as per ISS for 11 KV
30 H.V. Tests between Conductors & Screen/Armour
48 KV (rms) for 33 KV for 5 minutes and as per ISS for 11 KV
31 Maxm. D.C. Rtance/Km As per relevant I.S.S
* NB the above parameters are applicable for three core and single core cable, if not otherwise specified. CABLE CONSTRUCTION:
5.3 XLPE underground cable is to be manufactured in continuous catenaries process at controlled elevated temperature and pressure in inert atmosphere with use of suitable materials for XLPE semi-conducting, insulation and XLPE screen. The inner and outer semi-conducting sheaths and main polyethylene insulation between the sheaths are to be simultaneously extruded during the Triple Extrusion Process of manufacturing and main insulation of the Cable is to be extruded unified. The XLPE Cables in this specification does not have any metal sheath and the short circuit rating of the cable will depend on the conductivity and continuity of the strands of the armour wires, which shall be ensured by guarding against corrosion.
5.4 CONDUCTOR SCREENING
5.5 A semi-conducting cross-linked polyethylene (XLPE) screening shall be extruded over the conductor to act as an electrical shield which together with elimination of the so called “Strand Effect” prevents to a great extent air ionization on the surface of the conductor.
5.6 INSULATION:
The main insulation of the Cable shall be extruded unfilled, chemically cross-linked polyethylene (XLPE) inert gas cured satisfying the requirement of ISS: 7098 (Part- II)
5.7 INSULATING SCREEN:
The screen shall be made up as given in Clause 22the metal screen eliminates tangential stress electrostatic field surrounding the conductor and uniform electrical stress in the insulation. The semi conducting polyethylene (XLPE) screen shall be extruded over the main poly ethylene-insulating wall to prevent partial discharge at the surface of the insulation. The copper tape shall be wrapped over the semi conducting tape or extrusion as mentioned earlier for 3 core cables. The metal screen so formed around the cores shall be in contact with one another as the cores are laid up at triangular configuration. For single core cable, Aluminium wires armoring shall constitute the metallic part of insulation screen. Conductor screening, insulation and insulation screening shall be extruded in triple extrusion processes so as to obtain continuously smooth interfaces.
5.8 The mechanical and chemical properties of the materials for semi conducting screens are much more important than their electrical properties, but for obtaining the high overall degree of electrical properties of an E.H.V. cable, the inner and outer semi conducting, sheaths and the main polyethylene insulation between the sheaths shall be simultaneously extruded during the manufacturing, process known as “triple extrusion”. The advantages are:
i) The partial discharge level at the surface of the insulation is brought to a minimum.
ii) There will be no displacement of the semi conducting screen and insulation during expansion and contraction due to load cycles and bending.
iii) The semi conducting screens are easily removable during joining and termination operations.
5.9 LAYING UP: The phase identification of the cores shall be either by colour or numerals as per I.S.S. for 3 core cables only.
Core Colour Numeral Red 1 Yellow 2 Blue 3
The screen cores shall be laid up with interstices filled with PVC fillers and taped a binder tape as to obtain a reasonably circular cable.
CGM(PP&D), APDCL’s Samaguri bid document Page 155
5.10 INNER SHEATH:
The cable core shall be supplied with bedding of PVC (Inner sheath) in the form of extruded PVC sheath for 33 KV cables. Wrapped PVC tapes shall be used for 11KV thickness as per clause 23 of special technical parameters and as per relevant IS.
5.11 ARMOUR: The cable shall be wire armoured /steel strip in case of 33KV and wire/strip armoured 11 KV, three core cables to insure an adequate return path for the flow of fault current and also provide suitable mechanical protection. Steel wires/aluminum wire / steel strips of required size in requisite number as per clause 24 of special technical parameters shall be laid closely in the spiral formation to protect the circumference of the cable fully and to provide adequate cores section area for flow of maximum fault current within limits of specified temperature rise and duration of fault. Direction of the lay of the armour shall be opposite to that of the cable cores in case of single core cable armour should be of non-metallic material.
5.12 OUTER SHEATH:
A reliable servings shall be necessary for maintaining conductivity of the armour particularly under corrosive condition in the form of jacket. Cable shall be therefore finished with extruded PVC over sheath of thickness as per clause 25 of special technical parameters. The quality of PVC over sheath (jacket) shall be ensured for service reliability against moisture intrusion and shall confirm to type ST-2 of IS : 5831. The colour of the outer sheath shall be follows: For 11 KV cable : Blue
The sheaths shall be protected against white ants, vermin and termites by suitable, durable and reliable measures. The suppliers shall suggest suitable materials for use, in the event of damage to the over sheath to prevent the passage of moisture along the cable.
5.13 CABLE IDENTIFICATION:
The following shall be embossed on the outer sheath for the identification.
a) Manufacturer’s Name or Trade Mark. b) Voltage Grade. c) Nominal section and material of conductors and number of cores. d) Year of manufacture. e) Inscription of length of cables at 1.0 mtr interval. f) Name of purchaser LAEDCL; g) Marking “Power” shall be embossed throughout the length of the cable at 10 mtr spacing. h) Type of insulation i.e. XLPE
5.13.1 CEILING OF CABLE ENDS:
The cable ends of the cable in the wooden drum for delivery shall be sealed with heat shrinkable caps.
7.0 WOODEN DRUMS:
The cable shall be packed in non-returnable wooden drums.
The following information shall be marked on each drum. a) Drum identification number. b) Manufacturer’s name, Trade name / Trade mark, if any. c) Nominal sectional area of the conductor of the cable. d) Number of cores e) Type of cable and voltage grade with cable code f) Length of cable in cable drum g) Direction of rotation of drum (by means of an arrow) h) Appox. Weight: tare: gross: i) Year and country of manufacture j) Purchase order number k) Date of delivery l) Name of the purchaser.
Drum shall be proofed against attack by white ant or termite conforming to IS: 10418. The Drums may also be marked with ISI certificate mark, as applicable.
Safe pulling force : 30 N/mm2 (for conductor)
CGM(PP&D), APDCL’s Samaguri bid document Page 156
8.0 Tests to be performed as per IS:7098 (part II)
Tenderer shall have to submit type test report (tested at CPRI Bangalore/Bhupal) along with the Bid. Bidder will be disqualified for non-submission of type test reports.
8.1 Type test all the test mentioned below are to be made as per details given in IS:10810
a) Test on conductor i. Tensile test (For aluminum) ii. Wrapping test for aluminum iii. Resistance test.
b) Test for armuoring wire strips. c) Test for thickness of insulation and sheath. d) Physical test for insulation.
i. Tensile strength and elongation at break ii. Ageing in air oven. iii. Hot test iv. Shrinkage test. v. Water absorption (Gravimetric)
e) Physical tests for outer sheath i. Tensile strength and elongation at break ii. Ageing in air oven. iii. Shrinkage test. iv. Hot deformation v. Heat shock vi. Loss of mass in air oven vii. Thermal stability viii. Thermal Stability
f) Partial discharge test g) Bending test h) Dielectric power factor test
i. As a function voltage ii. As a function of temperature
i) Insulation resistance (volume resistivity) test j) Heating cycle test k) Impulse with stand test l) High voltage test m) Flammability test
8.2 The following test on screen cable shall be performed successfully on the same test sample of completed cable, not less than 10 m. in length between the test accessories.
a) PD test b) Bending test followed by PD test c) Di-electric power factor as function of voltage d) Di-electric power factor as a function of temperature e) Heating cycle test followed by Di-electric power factor as a function of voltage and PD
test. f) Impulse with stand test and g) High voltage test as per para 30 of special technical parameters If a sample fails in test (g) one more sample shall be taken for this test, preceded by test (b)
and (e)
8.3 Acceptance test : the following shall constitute acceptance test:
a) Tensile test (For aluminum) b) Wrapping test for aluminum c) Conductor resistance test d) Test for thickness of insulation and sheath e) Hot set test for insulation f) Tensile strength and elongation at break test for insulation and outer sheath g) PD test (Screen enables) only on full drum length h) High voltage test, and i) Insulation resistance ( volume resistivity) test J) Spark test on extruded un-insulated outer PVC sheath as per provision clause no 3.2
IEC standard (Publication no.229 of 1982)
CGM(PP&D), APDCL’s Samaguri bid document Page 157
8.4 Routine test:
The routine test shall be carried out on all cables manufacturer in accordance with this specification. The following routine test shall be made on cable length as specified in ISS.
a) Conductor resistance test b) Partial discharge test on full drum length c) High voltage test as per clause 29 of special technical parameters
8.5 Test witness
a) All tests shall be performed in presence of purchaser representatives if so desired by the purchaser.
b) The contractor shall give at least 15 days advance notice for witnessing such tests.
9.0 Test Certificate
9.1 Certified copies of all routine test carried out at work shall be furnished in 6 copies for approval of the Purchaser.
9.2 The cable shall be dispatched from works only after receipt of Purchaser’s written approval of shop test report.
9.3 Type test certificates of the cable offered shall be furnished. Otherwise the cable shall have to be type tested on similar rating as per clause 10 free of any charges to prove the design.
10.0 Descriptive literatures test results etc.
The following details for the cable shall be submitted with bid a) Manufacturers catalogue giving cable construction details and characteristics b) Manufacturing process in details for cables highlighting the steps of control
i. Contamination ii. Formation of water trees iii. Effects of by products of cross linking iv. Stress control etc.
c) Cross section drawing of the cable d) Cable current ratings for different types of installation inclusive of derating factors due to
ambient temperature, grouping etc. e) Over-load characteristics of the cable without endangering the normal life and electrical quality
of the insulation. f) Complete technical date of the cables. g) Type test certificate from government testing units/government authorized testing units.
with the quality assurance plan submitted by the firm, the offer shall be liable for rejection. 11.0 Guarantee:
The guarantee period should either be 60 (Sixty) month from the date of commissioning or 68 (Sixty eight) month from the date of material received at site. The bidder shall have to replace the damage cable (electrical damage/physical deformation) within 30 days from reporting.
CGM(PP&D), APDCL’s Samaguri bid document Page 158
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONN OOFF CCOONNTTRROOLL CCAABBLLEESS
1.0 SCOPE:
1.1 Specification calls for design, manufacture, stage testing, inspection and testing beforedispatch,
packing and delivery of Copper control cables and Aluminum power cables for 33/11KV
substations.
1.2 The control and power cables shall be ISI marked, 1.1 KV Grade. The cores shall have a size of
2.5 sq.mm for control cables and 4 sq. mm. power cable, using solid/stranded Copper conductor
with different number of cores as specified below:-
1.3 COPPER CONTROL CABLES Unarmoured
i) 6 Core 4.0 sq.mm, solid conductor ii) 7 Core 2.5 sq.mm., solid conductor. iii) 4 Core 2.5 sq.mm., solid conductor iv) 2 Core 2.5 sq.mm., solid conductor
2.0 STANDARDS:
2.1 The control and power cables shall conform to the latest applicable Indian Standards. In case
bidders offer control and power cables conforming to any other International Standards which
shall be equivalent or better than IS, the same is acceptable. Cables for which Indian Standards
arenot available, the relevant equivalent International Standards will be applicable. Please
attach photocopy of all such standards according to which the cables have been offered
i) IS: 1554: PVC insulated (Heavy Duty) Control Cables for working voltage & including 1100 Volts.
ii) IS: 3961: Recommended current ratings for PVC insulated and PVC sheathed heavy duty cables
iii) IS: 4905: Methods of random sampling
iv) IS: 5831: PVC insulation and sheath of electric cables
v) IS: 8130: Conductors for insulated electric cables and flexible cords
vi) IS: 10418: Wooden drums of electric cables
vii) IS: 10810: Methods of tests for cables
3.0 GENERAL TECHNICAL REQUIREMENTS AND CONSTRUCTIONAL DETAILS:
3.1 Cables shall be suitable for laying on racks, in ducts, trenches, conduits and underground
buried installation with chances of flooding by water. Cables shall be designed to withstand mechanical, electrical and thermal stresses developed under steady-state and transient operating conditions as specified elsewhere in this specification.
3.2 CONTROL CABLES
Control cables shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above), PVC
insulated, PVC inner sheathed, un armoured, PVC outer sheathed with solid copper conductor conforming to latest version of IS: 1554 or equivalent International Standards.
3.3 The conductor shall be made from high conductivity copper rods complying with latest version of
IS:613 or equivalent International Standards. The conductor shall consist of annealed copper
wires complying with IS: 8130 with latest amendments or equivalent International Standards.
3.4 POWER CABLES:
Power cable shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above), PVC insulated, PVC inner sheathed, PVC outer sheathed with stranded conductor. 3.5 INSULATION:
Conductor shall be provided with PVC insulation applied by extrusion in accordance with latest version of IS: 5831 or equivalent International Standards. The average thickness of insulation shall be in accordance with the IS: 1554 (Part-I) with latest amendments or equivalent International Standards. Insulation shall be so applied that it fits closely on the conductor and shall be possible to remove it without damages to the conductor. 3.6 CODE IDENTIFICATION:
Colouring of insulation shall identify cores of the cables of upto 5 cores. Following colour schemes shall be adopted:-
CGM(PP&D), APDCL’s Samaguri bid document Page 159
SN No of Cores Colour Scheme
1 2 core Red and Black
2 4 core Red, Yellow, Black, Blue and Grey
3 7 core a) Two adjacent cores (counting and direction core) in each layer, Blue and Yellow, remaining cores Grey or in accordance with the scheme given in IS 1554 b). Cables having more than 5 cores, as an alternate to the provision of (a) above, core identification may be done by numbers as indicated in latest version of IS: 1554 (PART-I) 10 core identification.
3.7 LAYING UP OF CORES:
In multi-core cables, the cores shall be laid up together with a suitable lay, the outer most layer shall have right-hand lay and successive layer shall be laid with opposite lay, where necessary, the interstices shall be filled with non hygroscopic materials.
3.8 INNER SHEATH:
The laid up cores shall be provided with inner sheath applied by extrusion. It shall be ensured that the shape be as circular as possible. The inner sheath shall be so applied that it fits closely on the laid up cores and it shall be possible to remove it without damage to the insulation. Thickness of inner sheath shall be conforming to latest version of IS: 1554 (Part-I) or equivalent International Standards.
3.9 FILLER AND INNER SHEATH:
Filler and inner sheath shall be of the following:
Unvulcanised rubber or thermoplastic material used shall not be harder than PVC used for insulation and outer sheath. Material shall be chosen to be compatible with temperature ratings of the cable and shall have no deterious effect on any other component of the cable.
3.10 OUTER SHEATH:
unarmoured multicore cables Outer sheath shall be so applied that it fits closely over insulation / inner sheath / armouring. It shall be possible to remove it without damage to the insulation / inner sheath. The colour of the outer sheath shall be black.Thickness of outer sheath insulation shall conform to latest version of IS: 1554 Part-I or equivalent international standards.
4.0 IDENTIFICATION:
4.1 In addition to manufacurer’s identification on cable as per clause-17.1 of IS: 1554 (Part-I) with
latest amendments, following marking shall also be embossed over outer sheath at every three
meters:-
The embossing shall be in line throughout the length of the cable and shall be legible and indelible.
5.0 PACKING AND MARKING:
5.1 Cables shall be supplied in non-returnable drums. The surface of the drum and outer most cable
layer shall be covered with waterproof layer. Both the ends of the cables shall be properly
sealed with heat shrinkable PVC or rubber caps, secured by ‘U’ nails so as to elliminate ingress
of water during transportation storage and erection. Following information should be stenciled on
the drum:
-sectional area of the conductor
ble on the drum
CGM(PP&D), APDCL’s Samaguri bid document Page 160
5.2 As mentioned, the cable drum must bear relevant Indian/International Standard certification
Mark. In this connection, a certified photostat copy of valid standard marking license rights duly
attested must be submitted along with the inspection offer as documentary evidence. In absence
of these documents, the inspection offer will not be considered.
6.0 STANDARD DRUM LENGTH:
6.1 Standard drum length for cable shall be 500/250 metres.
6.2 TOLERANCE:
Tolerance on the overall diameter of the Cable shall be ± 2 mm over the declared value in the techanical data sheets of Guaranteed Technical Particulars. Length per drum shall be subjected to maximum tolerance of ± 5% of the standard drum length. The Employer shall have option to reject cable drums with shorter length. Over all tolerance in total quantity for each type and size of cables shall be ± 2%.
7.0 TESTS:
7.1 All types and sizes of cable being supplied shall be subjected to Type tests, Additional test,
Routine tests and Acceptance tests as specified below at the expense of manufacturer and according to relevant standards.
7.2 TYPE TESTS AND ADDITIONAL TESTS:
It is essential to furnish all the type test reports for each type and size of cable as stipulated in latest version of IS: 1554 (Part-I) and following Additional Tests:
l stability test
Above tests shall be conducted in NABL approved Testing laboratories only.
7.3 ACCEPTANCE TEST
Acceptance test shall be caried out on each type and size of cables on cable drums selected at random as per following plan :-
. S.No Numbers of Drums in the Tests Number of Drums to be taken as samples
1 Upto 50 2
2 51 to 100 5
3 From 101 to 300 13
4 From 301 to 500 20
5 From above 501 32
7.4 The following shall constitute acceptance tests :-
and sheath rsion Test)
7.5 ROUTINE TESTS:
Routine test shall be carried out for each drum of cables of all types and sizes. Following shall constitute routine tests :
st at Room Temperature
7.6 While preparing cable schedules for control/protection purpose following shall be ensured:
i. Separate cables shall be used for AC & DC.
ii. For different cores of CT & PT/CVT separate cable shall be used
iii. At least one (1) cores shall be kept as spare in each copper control cable of 4C, 5C or 7C size
whereas minimum no. of spare cores shall be two (2) for control cables of 10 core or higher size.
iv. For control cabling, including CT/PT circuits, 4.0 sq.mm. size copper cables shall be used per
connection
CGM(PP&D), APDCL’s Samaguri bid document Page 161
SPECIFICATION FOR 1.1 kV GRADE SINGLE CORE UNARMOURED L.T. XLPE CABLE
1.0 SCOPE:
This specification covers design, engineering, manufacture, stage testing, inspection and testing before
supply and delivery at site of 1.1 kV grade single core 16/25/50/95/120/185/240/300 Sq. mm. XLPE
Cables for use with effectively earthed distribution system.
1.1. It is not the intent to specify completely herein all the details of the design and construction of material. However the material shall confirm in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation in a manner acceptable to the purchaser, who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which, in his judgment is not in accordance therewith. The offered material shall be complete with all components necessary for their effective and trouble free operation. Such, components shall be deemed to be within the scope of Bidder’s supply irrespective of whether those are specifically brought out in this specification and/or the commercial order or not.
1.2. Normally the offer should be as per Technical Specification without any deviation. But any deviation felt necessary to improve performance, efficiency and utility of equipment must be mentioned in the “Deviation Schedule” with reasons duly supported by documentary evidences and advantages of such deviation. Such deviation suggested may or may not be accepted. But deviation not mentioned in “Deviation Schedule” will not be considered afterwards.
1.3. Location The cables may be laid buried directly in ground at a depth of one metre in average, anywhere in Assam and terminate for outdoor connection to a distribution transformer or to overhead LT lines and also indoor connection for indoor switchgear
2.0 STANDARDS:
2.1 The materials shall conform in all respects to the relevant Indian Standard Specifications with latest amendments thereto.
Indian Standard No. Title Internationally
Recognized standard
IS-7098 Part-I/1988 Specification for Cross Linked Polyethylene Insulated PVC Sheathed Cables for working
Voltages Up to and including 1100V IEC 502 (1983)
IS-5831/1984 PVC insulation and sheath of electric cables IEC 502 (1983)
IS-8130/1984 Conductors for insulated electric cables and
Flexible cords IEC 228 (1978)
IS 3975/1979 Specification for armouring
IS-10418/1982 Specification for cable drum
Material conforming to other internationally accepted standards, which ensure equal or higher
quality than the standards mentioned above, would also be acceptable. In case the Bidders who wish to offer material conforming to the other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer. . In case of conflict the order of precedence shall be (i) IS, (ii) IEC, (iii) Other standards. In case of any difference between provisions of these standards and provisions of this specification, the provisions contained in this specification shall prevail. Moderately hot and humid tropical climate, conducive to rust and fungus growth.
3.0. SYSTEM DETAILS :
The material shall conform to the following parameters:
Sl. No. Item
Specification
1. Type of Installation
Outdoor
2. System Voltage 433 V (+10% -15%)
3. System Frequency 50 Hz +/- 5%
4. No. of Phases Three
5. System of earthing Solidly grounded
CGM(PP&D), APDCL’s Samaguri bid document Page 162
4.0 TECHNICAL REQUIREMENTS: 4.1 MAIN FEATURES:
The power cables shall be of LT 1.1 kV Grade, stranded compacted, high conductivity, aluminum conductor, XLPE insulated, ST-1 type extruded PVC outer sheathed, conforming to relevant standards suitable for LT AC three phase, 50 c/s, effectively earthed distribution system.
4.2 MATERIALS AND CONSTRUCTION: 4.2.0 SPECIFIC TECHNICAL REQUIREMENTS
Technical parameters of the cable shall be as follows
Sl No
Cable Size
(Sq.mm)
Al. Strand
Min. thickness of XLPE
(mm)
Min. thickness of Outer sheath (mm)
Min Overall
dia (mm)
Max. D.C
Resistance at 20
0C
(Ohm/Km)
Max. A.C
Resistance at 70
0C
(Ohm/Km)
Min. current carrying
capacity at 30
0C
(Amps)
Short Ckt
current/sec
(KA/1sec)
Min. weight. Kg/Km
Ground
Air
1 25 7 0.9 1.8 11.0 1.200 1.540 96 98 2.4 169
2 120 19 1.2 1.8 19.0 0.253 0.325 225 268 11.3 538
240 Bc,xncmnvn
4.2.1 CONDUCTOR:
The cable conductor shall be made from stranded aluminum to form compacted shaped conductor having
resistance within the limits specified in IS-8130/1984
4.2.2 INSULATION:
The XLPE insulation shall be suitable for the specified system voltage. The manufacturing process shall
ensure that the insulation is free from voids. The insulation shall withstand mechanical and thermal
stresses under steady state as well as transient operating conditions. The extrusion method shall give
smooth surface of insulation. The insulation shall be so applied that it fits closely on the conductor and it
shall be easily possible to remove it without damaging the conductor.
4.2.3 OUTER SHEATH: Extruded PVC outer sheath of black colour shall he applied with suitable additives to prevent attack by
rodents and termites. Outer sheathing shall be designed to offer high degree of mechanical protection and
shall also be heat, oil, chemical, abrasion and weather resistant. Common acids, alkalies, saline solutions
etc., shall not have adverse effects on the PVC sheathing material used.
4.2.4 CONSTRUCTION:
1) All materials used in the manufacture of cable shall be new, unused and of finest quality. All materials
shall comply with the applicable provisions of the tests of the relevant Standards.
2) The PVC material used in the manufacture of cable shall be of reputed make.No recycling of the PVC is permissible. The purchaser reserves the right to ask for documentary proof of the
purchase of various materials to be used for the manufacture of cable and to check that the conductor is complying with quality control.
4) Cables shall have suitable fillers laid up with the conductors to provide a substantially circular cores
section before the sheath is applied. Fillers shall be suitable for the operating temperature of the
insulation & compatible with the insulation material
4.2.5 CURRENT RATING:
The cables shall have current ratings and derating factors as per relevant Indian Standards. The current ratings shall be based on maximum conductor temperature of 90 deg. C with ambient site condition specified for continuous operating at the rated current.
4.2.6 OPERATION:
Cables shall be capable of satisfactory operation, under a power supply system frequency variation of +/- 5 c/s, voltage variation of +10% or-15%. Cables shall have heat and moisture resistance properties; these shall be of type and design with proven record on Distribution Network service.
4.2.7 LENGTH:
The cable shall be supplied in wooden drums and the standard drum length shall be as follows-
1x25 mm2 1000 meters +/- 5%
1x120 mm2 500 meters +/- 5%
1x240
CGM(PP&D), APDCL’s Samaguri bid document Page 163
Substandard drum length of not less than 100 meters upto a maximum of 5% of the quantities ordered
shall be accepted. However substandard drum length upto a maximum of 5% shall be acceptable only in
a particular lot offered for inspection
4.2.8 IDENTIFICATION:
For identification of individual cores, coloured strips of red, yellow and blue colours respectively shall be
used on the cores to identify phase conductors as per relevant ISS.
4.2.7 EMBOSSING:
The cable shall be embossed through out the length with the name of the manufacturer and the letters
"Property of APDCL., Specification No., voltage grade with cable size and the year of manufacture". The
embossing shall be done only on the outer sheath, the distance between any two consecutive
embossings shall not be more than 2 Meter. The cable shall also be embossed (clearly visible) for the
verification of its length at intervals of 1 Meter say 1,2,3 up to full length.
4.2.8 GUARANTEED TECHNICAL PARTICULARS:
The guaranteed technical particulars as detailed in the specification annexure-I shall be guaranteed and a statement of guaranteed technical particulars shall be furnished in the format along with the bid without which the Bid shall be treated as Non -Responsive.
Immediately after completion of the electrical tests (during routine/acceptance tests), the ends of the cable shall be enclosed by rubber/PVC caps of wall thickness not less than 2.5 mm and then sealed by non hygroscopic material (the cores being suitably insulated from the cap). The cap shall be of robust construction and tight fit, and it shall have the trademark of the manufacturer embossed thereon
5.0. TESTS: 5.1 Type Test:
The material offered shall be fully type tested at independent test laboratories by the Bidder as per the relevant standards but test reports shall not be more than five years old from the date of opening of bid. The bidder shall furnish complete set of following type test reports along with the bid. The bids received without these type test reports shall be treated as Non-responsive.
1. Tests on conductors
2. Test for thickness of insulation and sheath
3. Physical tests for insulation
4. Physical tests for outer sheath
5. Insulation resistance test
6. High voltage test
5.2. Acceptance and Routine test: All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of purchaser's representative.
6.0 INSPECTION:
6.1 The inspection shall be carried out by the purchaser’s representative during manufacture and
before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing
programme so that arrangement can be made for inspection.
The manufacturer shall grant free access to the purchaser’s representative, at a reasonable time, when
the work is in progress. Inspection and acceptance of any equipment under this specification by the
purchaser, shall not relieve the supplier of his obligation of furnishing the equipment in accordance with
the specification and shall not prevent subsequent rejection if the equipment is found to be defective.
6.2 All Acceptance tests and inspection shall be made at the place of manufacturer unless otherwise
especially agreed upon by the Bidder and purchaser at the time of purchase.
The purchaser reserves the right to insist for witnessing the acceptance/ routine testing of the bought out
items. The supplier shall give 15 days (for local supply)/ 30 days (in case of foreign supply) advance
intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine
tests.
Material shall be dispatched only after getting the dispatch authorization from Inspectors representing
purchaser, after successful testing.
6.3 If successful type tests have been carried out on the offered design during last five years
(counted from the date of tender opening), repetition of type tests is not required.
On the other hand, if the offered design is not type tested during last five years, the cable shall be
subjected to all type test in accordance with IS: 1554 (Part-I)/1988 and amendment thereof at recognized
test house of repute. All charges/fee/transportation etc. to conduct these tests shall be borne by
Contractor.
Regular supply of the material shall commence only after successful type testing and dispatch
authorization from the competent authority.
However, the purchaser reserves the right to get cable type tested at any stage during the currency of
contract at his own expenses in any reputed test house. The transportation and arrangement of testing of
sample to test laboratory shall be the responsibility of the contractor.
CGM(PP&D), APDCL’s Samaguri bid document Page 164
6.4 Routine tests report shall be sent by the manufacturers with their offer for inspection, the
following acceptance tests as laid down in the referred ISS (with latest amendments) shall be carried out
by the inspecting officer of the APDCL on Samples selected at random as per Appendix `A ‘ in IS-1554
(Part-I) 1988.
1. Tests on conductor Reference to I.S.S.
a) Tensile test IS: 8130-1984
b) Conductor resistance test IS: 8130-1984
2. Test on armoring strips:
a) Measurement of dimension IS: 3975 – 1979
b) Tensile test IS: 3975 – 1979
c) Elongation test & winding test IS: 3975 – 1979
d) Zinc coating IS: 2633 – 1984
3. Test for thickness of insulation and sheath IS: 5831 – 1984
4. Tensile strength and elongation
at break of insulation and sheath IS:5831 – 1984
5. Insulation Resistance Test IS: 5831 – 1984
6. High voltage test at room temperature IS: 1554 (Part-I) – 1988
In addition to above, length/weight check and bending test on one drum per inspection shall also be
carried out by the inspecting officers for which contractor will make all necessary arrangements and
provide all necessary facilities at his own cost.
7.0 CALBE DRUMS:
The cables shall be supplied in non-returnable substantially lagged wooden drums of heavy construction
suitable for transportation by goods train or truck and for storage at site. The wood used for construction
of the drum shall be properly seasoned and sound and wood preservative shall be applied to the entire
drum. All ferrous parts shall be treated with a suitable rust preventive finish or coating to avoid rusting
during transit or storage. The drum shall also conform to specn. No. IS: 10418-1982 with latest
amendment thereof.
Each drum shall have the following information marked on it with indelible ink alongwith other important information including technical data: - 1. Property of APDCL & Specification No. – 2. Designation of consignee & destination railway station. 3. Drum Number. 4. Aluminium Core Cable. 5. Cable rating eg. Voltage grade, No. of cores, sizes etc. 6. Height of empty drum. 7. Length of Cable. 8. Gross weight of drum with cable. 9. Year of manufacture.
8.0 PACKING AND TRANSPORT:
All the material covered under this specification shall be adequately packed for transportation by Rail/Road. A layer of waterproof paper shall be applied to the surface of the drums and over the outer cable layer. A clear space of atleast 40 mm shall be left between the cable and the laggings. The packing shall be adequate to protect the cable from damage, in transit and contractor shall be responsible for it and make good at his own expense any and all damages due to improper packing etc.
9.0 VARIATION OF QUANTITY:
The supplied quantity can vary within Plus/Minus 1% of the ordered quantity.
CGM(PP&D), APDCL’s Samaguri bid document Page 165
TECHNICAL SPECIFICATION FOR 11 KV DROP OUT TYPE EXPULSION FUSE DISCONNECTS
1.0 Scope
1.1 This specification covers the design, manufacture and testing, transport to site, insurance, storage, erection and commissioning of outdoor type dropout type expulsion fuse disconnects suitable for use on 11K.V. power system conforming to 155:2692 of 1956 and 15 : 5792/1970 with upto date amendments and revisions.
2.0 Design Considerations 2.1 Ratings
11 kV, 150 Amps, 50 Cycles, A.C.3 Phase. 2.2 Type
The D.O. should be of Bracket type for 11 KV., 150 Amps, and should be suitable for vertical mounting the fuse barrel being in an angle of 30 degree to vertical when closed and opening downwards. The fuse shall be opened and closed by a hook-stick.
2.3 Insulators
There should be 2(two) nos. of Insulators/ Insulator stacks for pole. The insulators used should be manufactured as per ISS:2544/63 with upto date amendments and revisions and it should be easily, replaceable in the event of any damage to it. The post insulators should be 320 m Creepage Distance only and tested quality.
The post insulator should be procured from reputed insulator manufacturers only and should bear the manufacturers monogram on the insulators. A certificate supported by drawing should be furnished from the manufacturers. The following Insulator manufacturers are preferable :-
The caps and the posts should be made of Galvanised Cast Iron. It should be integrally cast by the manufacturers.
2.4 Contacts
Top side contact of the D.O.'s shall be lift off type with suitable guides to place the moving contacts in the position and guides should be provided with sufficiently strong Phosphor Bronze Springs, one set for holding the barrel in position and another type and set for electrical contacts. The contact Phosphor Bronze Springs shall be leaf type and number of leaves (which should be seven pieces) should be clearly stated.
The bottom side contact should be trunion type, provided with leaf springs (7 numbers) to obtain sufficient electric contact. Adequate facilities for insertion and removal of the fuse barrel in service should be provided. All the contacts, contact springs and the current carrying paths should be made of suitable non-ferrous metal alloy such as Bronze, Gunmetal, Brass etc. which should be clearly indicated.
2.5 Fuse Barrels
The D.O. Units shall be completed with synthetic resin bonded paper tubes fitted with metal contacts at each end. These fuses should be manufactured strictly as per ISS : 1314 (Part I) of 1946 and test reports in respects of them to from the manufacturer shall invariably be furnished along with the offer. The following manufacturer who claim to manufacture SRBP tube as per BSS: 1314/26 are preferable:
VIZ., I) M/S Bakelite Hylam Ltd. II) M/S Bengal Laminate Industries The SRBP tubes should be sufficiently strong mechanically, Fire and Moisture resistant and should be of
the following sizes: a) For 11 KV Class -outside dia 25 mm, thickness 7 mm and length 39 cm.
The metallic fixtures of the tubes should be made of suitable non-ferrous alloys like Brass, Gunmetal, Bronze etc. and should be of sufficient sections to carry the rated current continuously. The name of alloy used should be indicated clearly.' The fuse barrel shall be capable of swiveling in a vertical plane on hinges mounted on the lower of the two insulators which hold the barrel in position. Both contacts of the barrel shall be fitted with eye rings into which hooked operating rod or Hook stick can be inserted from ground level. By pulling the upper eye ring it shall be possible to pull the fuse barrel out of the top insulator contact' in the manner of an isolating switch. In the isolated' position, the lower eye ring shall be accessible, so that the fuse barrel can be removed with hook stick by giving a sharp upward jerk,' for rewiring purposes.
2.6 Terminal Connections
The D.O. fuse units be provided with detachable 6 (six) bolts plan type 100cm length terminal connectors smoothly grooved to accommodate conductors upto 12.5 mm dia. The connectors including the fixing nuts and bolts should be with a pair of grass washer with proper tin plating suitable ferrous metal such as bronze, gunmetal, brass etc. The name of the metal used should clearly be indicated.
CGM(PP&D), APDCL’s Samaguri bid document Page 166
3.0 Climatic Conditions
The equipment shall be designed for satisfactory operations under the following climatic conditions.
a) Maximum temperature of air in shade 40° C
b) Minimum temperature of air in shade 2° C
c) Maximum humidity 93%
d) Average annual rainfall 2280 mm
e) Average number of rainy days per annum 150
f) Basic wind pressure 150 Kg/M2
g) Isoceraumic level 60
h) Altitude above MSL 100 M to 1000 M
3.7 General
The D.O. units should be supplied complete with mounting brackets etc. so as to fix them. On mounting structures and with nuts and bolts. Double bolted fixture arrangements with flexible adjustments in a slot or hole is preferable All ferrous parts should be hot dip galvanised as per the relevant Indian Standard Specification.
4.0 Tests
The offers for the' 0.0/5 should invariably be 0upported by type test certificates from National Test Housel CPRI or any other recognized Public Institutions as per ISS: 2692/56 with upto date amendments and as given in ANNEXURE -II. The D.O. fuse disconnects also shall be subjected to milivolt drop test temperature rise test and all other electrical and mechanical tests as per relevant ISS or BSS. Test certificate as per relevant ISS or BSS in respect of each of the component parts such as insulators, barrels etc. should also be submitted. The manufacturer should have the necessary facilities for carrying out the laboratory tests, as per ISS or BSS on the product. They should furnish the detailed specification along with the make and capacity of testing equipments at their disposal along with tender. The D.O. offered must be supported by a Short Circuit Withstand capacity (not less than 25 KV) cost certificate from competent authorities like CPR I. In absence of such a test certificate the offer may not be considered.
5.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found defective.
6.0 Guaranteed Technical Particulars
The guaranteed technical particulars in respect of the D.O.'s offered shall be submitted along with the tender.
CGM(PP&D), APDCL’s Samaguri bid document Page 167
TECHNICAL SPECIFICATION FOR STAY SET (HT )
1.0 Scope: 1.1. This specification covers the design, manufacture testing at manufacturer's works, transport to
site, insurance, storage, erection and commissioning of the Stay Sets (HT) required from the distribution lines at designated locations.
2.0 Standard:
2.1. All the materials of stay sets shall comply in all respects with the requirements of the latest edition of the relevant Indian or British Standard specification except in so far as they are modified this specification.
3.0 Design Consideration:
3.1. Stay Rods shall be Galvanised and shall be of circular Cross-section with bow, thimble, nuts and bolts. The Rods shall be threaded at one end up to a minimum of 30 cm length and shall be complete with Galvanised M.S. Anchor Plates with all necessary accessories. All parts shall be heavily galvanised.
4.0 Testing:
4.1. Type and Routine Tests should be carried on different components of each stay sets as per relevant Indian Standard specification and certified copies of the above should be submitted along with the tender.
5.0 Schedule Requirement:
Stay sets complete with Thimble bow stay Rod/Anchor plate with nuts etc. and made of Rolled mild Steel Rod and plates as per detailed given below:
5.1. Anchor Plate: I) Thickness not below 5 mm.
II) Size not below 300 mmX300 mm with smooth edges (for HT)
III) Well galvanised
IV) Materials M.S. Rolled plate
V) About 20 mm square hole at centre for locking the plate with the Anchor Rod (for HT)
5.2. Anchor Rod:
VI) Length 1800 mm or above
VII) Threaded length 30 cm or above
VIII) Diameter 18 mm or above (for HT)
IX) Anchor plate and head: square size 30mm X 30mm with thickness 25 mm having
matching square size shank for locking the Anchor plate.
X) One ratched lock nuts, grooves must match the grooves at bow flange
XI) One check nut.
XII) Materials H.S.
XIII) Component well galvanised with extra care for the threaded portion.
XIV) Both lock and check nuts should be matching to the Anchor Rod thread such that
punching of thread after assembly at site safeguards them against removal.
5.3. Thimble: The match bow diameter and bend should be well galvanised. 5.4. Bow: Rod diameter 12mm/16mm or above overall length 35cm/40cm or above. Flange with well formed
locking grooves matching the locking nut, bow ends will be riveted securely with the flange. All items to be galvanised.
6.0 Inspection:
6.1. All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector representing the purchaser or third party nominee, all reasonable facilities, without charge to satisfy that the materials are being purchased as per specification. The purchaser reserves the right to have the test carried out at his cost by an independent agency, whenever there is dispute regarding the quality of the materials supplied.
6.2. Marking The equipments shall be marked with name of manufacturer, year and name of project.
CGM(PP&D), APDCL’s Samaguri bid document Page 168
TECHNICAL SPECIFICATION FOR G.I. STAY WIRE Scope
The specification covers design, manufacturing and testing, transporting to site, insurance, storage, erection and commissioning of G.I. Stay Wire 7/10SWG and 7/14SWG.
1.0 Materials.
The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur
and phosphorus exceeding 0.065 percent each.
The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966
The general requirements for the supply of Galvanized stay strand shall be in accordance with IS:1387-
1967
2.0 Construction
2.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm
2.2 The Galvanized stay strand shall be of 7/2 mm and 7/3.15 mm. the lay of the strands shall be of the
length of 7/2 mm and Tables-I of IS: 2141-1963. the wires shall be so stranded together that when and
evenly distributed pull is applied at the end of the completed strand each wire will take equal share of the
pull.
2.3 The length of the strand which may be supplied without joints in the individual wires comprising it, depend
on the length of wire which may be carried by the bobbin in a normal stranding machine. The normal
lengths of strand which shall be supplied without joints in the individual wires, excluding welds made in
the rod before drawing shall be as given below. The lengths may be exceeded by agreement between the
manufacturer and the purchaser.
Diameter of wire in strand Normal length without joints of weld
3.15 mm 1000 M
2.0 mm 3000 M
2.4 In cases where joints are permitted, they shall be made by welding of brazing joints in the same wire shall
be separated by a length of not less than that shown in 3.3 and joints in different wires in a strand shall
not be less than 20 M apart.
3.0 Freedom from Defects :
3.1 Each coil shall be warranted to contain no weld joint or splice other than in the rod before it is drawn and
those permitted in 3.4. The wire shall be circular and shall be free scale, irregularities imperfections flaws
splits and other defects. The Zinc coating shall be smooth, even the bright.
4.0 Tests:
4.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical
analysis be carried out.
4.2 Tensile Test: The wire when tested in accordance with IS: 1521-1960, on gauge length of 100 mm shall
have the minimum tensile strength specified in Tables 1 of IS : 2141/1968 according to the grade of the
wire.
4.2.1 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the
single wires.
4.3 Delivery test: The wire shall be subjected to the wrapping test in accordance with IS : 1755/1961. When
wrapped eight times round its own diameter and on being subsequently strengthened the wire shall not
break or split.
4.3.1 Coating test: The uniformity of Zinc coating shall be tested by the method specified in IS : 2633/1964.
The wire shall withstand the number or dips as specified in IS : 4826-1968.
5.0 Marking:
5.1 Each coil shall be provided with a label, fixed firmly on the inneJ part of the coil, bearing 'the following information.
a) Manufacturer's name or trade mark b) Lot number and coil number c) A brief description and quality of the materials. d) Weight and e) Any other particulars specified by the purchaser f) Name of the project TDF.
5.2 The label may also be marked with the ISI certification mark. 6.0 Inspection:
The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test should be in conformity with relevant IS .
CGM(PP&D), APDCL’s Samaguri bid document Page 169
TECHNICAL SPECIFICATION OF HT GUY INSULATOR
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and commissioning of the strain type porcelain Guy Insulator used in distribution overhead power lines.
1.0 Standard
This insulators shall comply with Indian Standard specification IS: 5500/1969 and as amended from time to time except where they conflict with the requirements in this specification. Offers conforming to any other internationally accepted standard which ensure equal or higher quality than the standard mentioned will be acceptable.
2.0 General Requirements
This porcelain shall be sound, free from defects, thoroughly vitrified and smooth glazed.
The design of the insulator shall be such that stresses to expansion and contraction at any part of the insulator shall not load to its deterioration.
The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover the entire porcelain surface parts except those areas that serves as supports during firing or area otherwise required to be left unglazed.
3.0 Insulator Characteristics
The Guy Strain Insulators shall have the electrical and mechanical characteristics as shown below:
H.T. Strain Type Porcelain Guy Insulator
1) Length 140 mm 2) Diameter 85 mm 3) Cable hole dia 25 mm + 1.5 4) Minimum failing load 88 KN 5) Creepage distance 48 mm
6) Dry one minute power frequency withstand 27 KV (rms) voltage 7) Wet one minute power frequency withstand 13 KV (rms) voltage 4.0 Test
All insulators shall comply the following test as per IS : 5300 A) Routine test: The following shall be carried out as., routine test.
a) Visual Examination Every insulators shall be visually examined. The insulators shall be free from physical distortion of shape
and defects, and thoroughly verified and smoothly glazed. They should be free from cracks or any other defects likely to be prejudicial to the satisfactory performance in service. b) Type test:
The following shall constitute the type test and those shall be conducted in the order given below: i. Visual examination ii. Verification of dimensions iii. Temperature cycle test iv. Dry one minute power frequency voltage withstand test v. Wet one minute power frequency voltage withstand test vi. Mechanical strength test vii. Porosity test.
The number of samples for type test are to be agreed to between the purchaser and the supplier. c) Acceptance Test (to be conducted in the following order) i. Verification of Dimensions ii. Temperature cycle test iii. Mechanical strength test iv. Porosity test
The number of samples for acceptance test shall be in accordance to IS: 5300. d) Type test certificate from National Test House/ Govt. recognized institutions/ Govt. recognized public Testing Laboratories are also to be submitted along with the offer, failing which the offer is liable for rejection.
5.0 Marking
Each insulator shall be legibly and indelibly marked to shown the following: a.Name of trade mark of the manufacturer b. Year of manufacture and name of project TDF 2010-11
Marking on porcelain shall be printed and shall be applied before firing. Insulators may also be marked
CGM(PP&D), APDCL’s Samaguri bid document Page 170
with the ISI certification mark. 6.0 Inspection
All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser and the manufacturer at the time of purchase. The manufacturer shall afford the inspector representing the purchaser or the third party nominee, all reasonable facilities, without charge, to satisfy that materials are being furnished in accordance with the specification. The purchaser reserves the right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of materials supplied.
7.0 Drawing
Drawing specifically showing all dimensions is to be submitted along with technical bid.
CGM(PP&D), APDCL’s Samaguri bid document Page 171
TECHNICAL SPECIFICATION FOR G.I. WIRE
1.0 Scope
This specification covers the manufacturing, testing at works, transport to site, insurance, storage, erection and commissioning of Galvanised Iron Wire of sizes 4 mm and 5 mm diameter.
2.0 General requirements
It relating to the supply of mild steel wire shall be as per IS: 1387/1967 and the wire shall be drawn from the wire rods conforming to IS: 7887/1975. The requirements for chemical composition for the wires shall conform to IS:7887/1975. Mild steel wire for General Engineering purpose shall be of following sizes: I) 4mm - diameter (8 SWG) II) 5mm - diameter (6 SWG) Tolerance permitted on the diameter of wire shall be as per Table -1 of IS:280/1978.
3.0 Climatic Conditions
The cross arms should be suitable for the climatic condition mentioned In these bidding documents: 4.0 Mechanical Properties
4.1 Tensile Test: Tensile strength of wire when tested in accordance with IS:
1521-1972, shall be within the limits given in Table-2 of IS: 280/1978. 4.2 Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961. The wire shall
withstand without breaking or splitting. being wrapped eight times round its own diameter and
subsequently straightened.
5.0 Surface finish
a. The wire shall have galvanized finishes. The galvanized coating of steel wire
shall conform to the requirements for anyone of the types of coatings given in IS: 4826-1968 as per
agreement with the purchaser.
b. The coating test for finishes other than galvanized, copper coated or tinned
shall be subject to between the purchaser and the manufacturer.
c. Unless otherwise agreed to the method of drawing representative samples of
the material and the criteria for conforming shall be as prescribed in Appendix (A) of IS: 280/1978.
d. All finished wires shall be well and cleanly drawn to the dimensions specified.
The wire shall be sound, free from splits, surface flaws, rough jagged and imperfect edges and other
harmful surface defects.
e. Each coil of wire shall be suitably bound and fastened compactly and shall be
protected by suitably wrapped.
6.0 Marking
Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade mark of the name of the manufacturer. The material may also be marked with the ISI certification mark and name of the project TDF.
7.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found defective.
CGM(PP&D), APDCL’s Samaguri bid document Page 172
TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and
commissioning of the cast iron earth pipe for use on line & substation as earthing pipe
2.0 Standard
The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as amended from
time to time except where they conflict with the specific requirements in this specification.
3.0 Manufacture
Metal used for the manufacture of pipes shall be good quality cast iron.
Casting shall be stripped with all precautions necessary to avoid wrapping and shrinkage defects. They
shall be free from defects which effect the use of castings. By agreement between the purchaser and the
manufacturer, minor defects may be rectified.
Pipes shall be such that they could be cut, drilled or machines.
Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200 mm length,
16 mm diameter with 2(two) nos. plain washers, one locknut & one check nut. Threaded length of the
bolts should be 50 mm.
4.0 Sizes
Dimensions of pipe & socket shall be conform to the sizes shown below and as per drawing
enclosed:
Nominal length of the pipe with socket 1800 mm
Nominal diameter of pipe 100 mm
External diameter of pipe 110 mm
Thickness of pipe 5 mm
Projection of spigot bead 3 mm
Width of spigot bead 15 mm
Internal dia of socket 129 mm
Thickness of socket 6 mm
Internal depth of socket 70 mm
Internal Radius of socket 5 mm
Width of grooves of socket 10 mm
External dia of grooves socket 155 mm
Depth of grooves of socket 5 mm
Nominal weight of pipe (Exclusive of ear) 21.67 Kg
5.0 Tolerance
The Tolerance of the 100 mm nominal diameter pipe shall be ±3.5 mm
The Tolerance of pipe thickness shall be - 15 percent
The Tolerance of length of the pipe shall be - ± 20mm
The Tolerance of weight of the pipe shall be - 10 Percent
Pipes weighing more than the nominal weight may be accepted provided they comply in every
other respect with the requirements of this standard.
6.0 TEST
6.29 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit a
clear ringing sound.
CGM(PP&D), APDCL’s Samaguri bid document Page 173
6.30 Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a pressure of 0.4
kg/cm2 without showing any sign of leakage, sweating or other defect of any kind. The pressure shall be
applied internally and shall be maintained for not less than 15 seconds. The tests shall be conducted
before coating of pipe.
7 Inspection
All tests and inspection shall be carried out at the place of manufacturers unless otherwise agreed by the
purchaser and the manufacturer at the time of purchase. A manufacturer shall afford the inspector
representing the purchaser or third party nominee all reasonable facilities without charge to satisfy that
the materials are being purchased as per specification. The purchaser reserves the right to have the test
carried out at his cost by an independent agency, whenever there is dispute regarding the quality of
materials supplied. All incoming consignment shall be checked at stores.
8 Coating
Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.
9 Marking
Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on it. The
pipe marked with the ISI certificate mark, shall be preferred. The equipments shall be marked with name
of manufacturer, year and name of project.
CGM(PP&D), APDCL’s Samaguri bid document Page 174
TECHNICAL SPECIFICATION FOR 11 kV VACUUM CIRCUIT BREAKER (OUTDOOR).
1.0 SCOPE :-
1.1. This specification covers design, manufacturing, testing, of 11 KV Porcelain Clad Vacuum
Circuit Breakers complete with all accessories required for its satisfactory operation for the
Sub T transmission solidly grounded system. The Breaker shall be used for Feeder Control/
protection in the system.
1.2. It may be noted that the 11 KV Outdoor Vacuum Circuit Breaker must meet the following
minimum criteria. Failure to comply with the requirements may results in rejection of the BID
as non-responsive:
1.2.1. The Manufacturer must have designed, manufactured, type tested and supplied 11 KV
Outdoor Vacuum Circuit Breaker in at least two power utilities of similar rating which are
in successful operation for at least 5 (Five) years as on the date of bid opening. Which
should be substantiated by furnishing performance report by the official of the rank of
minimum DGM/SE
2.0 TYPE AND RATING :-
2.1. The circuit breaker shall be suitable for outdoor operation under the climatic
conditions as specified in Tender Specification without any protection from sun and
rain. The 11 KV circuit breakers shall have the following rating:-
SN Particulars Values
1. Number of Poles 3
2. Nominal System Voltage 11kV
3. Highest System Voltage 12kV
4. Frequency 50 Hz
5. Interrupting capacity at nominal system voltage 500MVA
6. Rated continuous Current 630A
7. Short Circuit current 25kA for 3 sec
8. Lightning Impulse Voltage 75 kVp
9. One min power frequency withstand voltage 28kV rms
10. Total break-time for any current up to the rated breaking current
5 cycles
11. Control Circuit Voltage 110Volt DC
12. Operating Duty for gang operation O-0.3sec.-CO-3 min-CO
13. Minimum Clearances
14. a) Phase to Phase 280mm
15. b) Phase to Earth 190mm
16. c) Live part to ground 2750mm
17. Minimum Creepage distance 300mm
2.2. The above is minimum requirement. The suppliers may offer their standard design keeping
in view the minimum requirements.
2.3. The circuit breakers shall comply with the requirements of IS:13118(1991) or IEC 62271-
100 with latest amendment thereof
3.0 VACUUM INTERRUPTER
3.1. The design of the vacuum interrupter shall be such that it gives trouble free operation under
normal load and fault conditions throughout the life of the equipment. As the efficiency of the
breaker depends on the degree of vacuum inside, it has to be ensured by the that
manufacturer that the it is maintained consistently during service. To know the residual life
of vacuum interrupter, an indicator/means to indicate status of contact erosion
should be provided.
CGM(PP&D), APDCL’s Samaguri bid document Page 175
3.2. Insulating ceramic body of the interrupter should have high mechanical strength and it
should be capable of withstanding high temperature without any significant deterioration in
its mechanical and electrical properties.
3.3. The metal/alloy used for the fixed and moving contacts shall have very low resistivity and
low gas content. They should be resistant to arc erosion and the contact should have no
tendency to get cold welded under the high vacuum in the interrupter.
3.4. The interrupter design should ensure rapid de-ionization of the gap so that normal electrical
strength of the gap is restored instantaneously.
3.5. The metallic bellow or any other similar vacuum sealing arrangement should be provided at
the moving contact and should have a long fatigue life.
3.6. Vacuum interrupter is to be supplied from reputed manufacturer such BEL, CGL, ABB or
Areva.
3.7. . Manufacturer’s catalogue of vacuum bottle, indicating all the details shall essentially be
submitted and supporting document to be submitted.
4.0 INSULATION OF THE CIRCUIT BREAKER
4.1. The insulation to ground, the insulation between open contacts and the insulation between
phases of the completely assembled circuit breaker shall be capable of withstanding
satisfactorily di-electric test voltage corresponding to specified basic insulation level in the
standard.
5.0 INSULATORS
5.1. Basic insulation level of the insulator and insulating porcelains shall be as specified and
porcelain shall be homogenous and free from cavities and other flaws. They shall be
designed to have ample insulation, mechanical strength and rigidity for satisfactory
operation under conditions specified above. All insulators of identical ratings shall be inter-
changeable. The puncture strength of the insulators shall be greater than the flash over
value.
6.0 OPERATING MECHANISM
6.1. The circuit breaker shall be designed for remote control from the control room and in
addition there shall be provision for manual operation of circuit breakers during maintenance
and for local tripping and closing by normal means.
6.2. The circuit breakers shall have operation counter and mechanical “open” and “closed”
indicator, in addition to facilities for remote electrical indication. An operation counter shall
also be provided in the common operating mechanism. The mechanical indicator and
operation counter shall be located in a position where it shall be visible to a man standing
on the ground level with the mechanism housing doors are in closed position.
6.3. The operating mechanism shall be of the spring charging type, by electric control under
normal operation. The mechanism shall be trip free electrically and mechanically.
Mechanism shall also be capable of performing satisfactorily, the re-closing duty cycles.
6.4. All working parts in the mechanism shall be of corrosion resistant materials and all bearings
which require greasing shall be equipped with pressured grease fittings. The mechanism
shall be strong, quick in action and removable without disturbing other parts of the circuit
breaker.
6.5. Mechanism and breaker shall be such that the failure of any spring will not prevent tripping
and will not cause tripping or closing.
6.6. Operating mechanism should be motor operated spring charged type preferably without
chain drive.
6.7. Motor for spring charging shall be suitable to perform satisfactorily for input supply voltage
of 230V AC 50 Hz with a variation of (+) 10 and (-)20 percent. A.C. motor should have
overload protection.
CGM(PP&D), APDCL’s Samaguri bid document Page 176
6.8. Provision should also be made for mounting of mechanism box at an adequate height and
gear ratios shall be so chosen that one man should be able to charge the spring, without
any additional efforts.
6.9. The mechanical arrangement should be provided to facilitate manual tripping of circuit
breaker for emergency trip under emergent condition i.e. failure of DC supply, trip coil burnt,
mechanism being defective while arc quenching media is healthy
7.0 MOTORS:
7.1. Motors shall be single phase self-starting induction motor of appropriate capacity for
satisfactory operation for the application and duty as required for driving equipment.
7.2. Motors shall be of self ventilated type having TEFC (totally enclosed fan cooled) enclosure.
Depending upon the capacity and loading conditions Bidder/manufacturer shall design
suitable grease lubricated or oil lubricated bearings for above motors. Bearing shall be so
constructed that the loss of grease and its creeping along with shaft into motor housing is
prevented. It shall also prevent dirt and water from getting into the motor.
7.3. Continuous motor rating (name plate rating) shall be at least ten (10) percent above the
maximum load demand of the driven equipment at design duty point and the motor shall not
be overloaded at any operating point of driven equipment that will arise in service.
7.4. Motors shall be capable of giving rated output without reduction in expected life span when
operated continuously in the system having the particulars as given in principle parameters.
7.5. All induction motors shall be suitable for full voltage direct-on-line starting. These shall be
capable of starting and accelerating to the rated speed along with the driven equipment
without exceeding acceptable winding temperature even when supply voltage drops down
to 80% of the rated voltage.
8.0 CONTROL CUBICLE
8.1. A common control cubicle shall be provided to house electrical controls, monitoring devices
and all other accessories, except those which must be located on individual poles. Cubicle
shall be IP-55 of gasketed weather-proof construction, fabricated from sheet steel of
minimum 2.5 mm. thickness. The cubicle shall have front access door with lock and keys.
Space heater, internal illumination lamp, 3-pin 5A socket with individual ON-OFF switches.
8.2. For local operation following shall be provided: -
a) LOCAL/REMOTE selector switch
b) TRIP/NORMAL/CLOSE control switches with pistol grip handle.
8.3. The control circuits shall be designed to operate on 110 DC and it shall be possible to adopt
to work on other voltages by simply changing the operating coils.
8.4. Shunt tripping coils shall be designed to operate satisfactorily within 70% to 110% and
shunt closing coil within 85% to 110% of the rated DC voltage.
8.5. AC Power supply for auxiliaries will be available at 230V single phase 50 Hz.
8.6. Necessary cable glands for the cables of the operating mechanism shall be provided. The
cables used for operation are un-armoured 2.5 sq. mm. copper control cables of 1100 V
grade. Cable glands provided may therefore be suitable for 1 no. 7 core and 2 nos. 4 core
unarmoured 2.5 sq. mm. copper control cable.
8.7. Circuit breaker shall be provided with trip free mechanism so that tripping instructions could
over-ride the closing instructions. An additional tripping coil shall also be provided in the trip
circuit. The second coil shall have separate tripping lever arrangements in the mechanism,
so as to avail full advantage of second trip coil. Also the two trip coils shall have separate
DC circuits, so that in the event of any short circuit/ damage in any one of the trip coil,
supply is available in the other one.
8.8. Circuit diagram of control circuit of VCB along with operating instructions (DO’S/ DON’T)
shall be embossed on metallic plate duly laminated and the same shall be fixed on the rear
door of the control cubicle from inside.
CGM(PP&D), APDCL’s Samaguri bid document Page 177
9.0 WIRING
9.1. Wiring shall be completed in all respects to ensure proper functioning of the control,
protection, monitoring and interlocking schemes.
9.2. All wiring shall be carried out with 1100V grade PVC insulated stranded copper conductor of
2.5 sq. mm.
9.3. Each wire shall be identified at both ends with permanent markers bearing wire numbers as
per wiring diagram.
9.4. Wire termination shall be done with crimping type connectors with insulating sleeves. Wires
shall not be spliced between terminals.
9.5. All spare contacts of auxiliary switches etc. shall be wired up to terminal blocks in the
control cubicle.
10.0 TERMINAL BLOCKS
10.1. Terminal blocks shall be of 1100V grade, box clamp type ELMEX 10 sq.mm or approved
equivalent. Not more than two wires shall be connected to any terminals. Spare terminals,
equal in number to 20% of active terminals, shall be provided.
10.2. Terminal block shall be such located that it allows easy access. Wiring shall be so arranged
that individual wires of an external cable can be connected to consecutive terminals.
11.0 TERMINAL CONNECTORS
11.1. All circuit breakers shall be provided with 6 nos. terminal connectors suitable to receive
Wolf ACSR/AAA conductors. Clamps shall be designed adequately to take care of any
bimetallic effect. Terminal connectors shall be tested for short circuit current capability,
temperature rise.
11.2. Terminal connector shall also meet the following requirements:
i. Terminal connectors shall be manufactured & tested as per IS:5561 or equivalent
international specifications.
ii. All castings shall be free from blow holes, surface blisters, cracks and cavities. All
sharp edges and corners shall be blurred and rounded off.
iii. No part shall be less than 12 mm thick.
iv. Nuts, bolts & washers used in the current path shall be stainless steel.
v. Bimetallic strips/sleeve copper alloy liner of minimum thickness of 2mm shall be cast integral with Aluminum body.
vi. All current carrying parts shall be designed and manufactured to have minimum
contact resistance.
vii. Terminal connectors should be made of Aluminum Alloy and manufactured by gravity die-casting process only. Sand die-casted connectors are not acceptable.
viii. Size of terminal connector for which the clamp is designed and also rated current under site conditions shall be embossed/ punched on each part of clamps, except hardware.
ix. Conductor shall be tightened by at least four bolts. Conductor hold length must not be less than 60 mm
x. Surface of clamps to be tightened by bolts should be flat in shape, so that it may be possible to open the nuts and bolts by normal spanners. Therefore, any type of groove in the clamp body for fixing of nuts should be avoided
xi. Portion of clamp to hold the conductor should be flat and straight and not zigzag in construction at both the sides, so that heating of clamp by throttling action of current may be avoided
xii. Space of at least 50% of diameter of nuts should be available after hole at both the sides of conductor holding portion for better mechanical strength
12.0 AUXILIARY CONTACTS
12.1. Eight numbers each of auxiliary contacts both of the normally open and normally closed types shall be provided in each circuit breaker for use in remote indication and control
CGM(PP&D), APDCL’s Samaguri bid document Page 178
scheme of the circuit breaker and for providing safety interlocking. Special contacts for use with trip coils which permit for relative adjustment with respect to the travel of the circuit breaker shall also be provided. Wherever required, there shall be provision to add more auxiliary contacts at a later date, if required. All auxiliary contacts shall be placed in a weather proof casing and current rating of the contacts shall be as mentioned in the bid. Provision shall be available to convert these spare “normally-open” contacts to “normally-closed” type and vice versa.
13.0 ACCESSORIES 13.1. Circuit breaker shall be supplied as a complete unit with internal wiring installed and
terminated in mechanism box and equipped with the following accessories :- a. Motor operated spring charged mechanism : 1 No.(Motor voltage - 230 V AC, 50 Hz) b. Trip coil suitable for 110 V DC : 2 Nos. c. Closing coil suitable for 110 V DC : 1 No. d. Pistol grip C.B. Control switch having : 1 No.Trip /normal /close position e. Local/remote selector switch : 1 No. f. Spring Charged indicator: 1 No. g. Manual operating handle for maintenance : 1 No. h. Facility for manual charging of spring : 1 No. i. Operation counter : 1 No. j. Auxiliary contacts (8 NO - 8 NC) : 1 Set k. Anti pumping device suitable for 110 V DC : 1 No.
l. Bimetallic terminal connectors suitable for : 6 Nos.connecting WOLF /RACCOON ACSR/AAA conductor. m. Cubicle illuminating lamp with protective : 1 No.cage and on/off switch n. Spare terminals block : 20% of the Total active terminals o. Mechanical ON/OFF Indicator : 1 No. p. MCB for both AC and DC supply : 1+1 No. q. Space heater with thermostat and : 1 No.ON/ OFF switch r. 3-Pin 5 A socket with on/off switch : 1 Set s. Earthing terminals : 2 Nos
t. Foundation Bolts : As per requirement u. Cable glands : As per requirement
13.2. Other accessories which are not specified above, but are required for efficient and trouble
free operation of breaker, should also be provided without any extra cost.
14.0 MOUNTING OF CTs 14.1. The offered steel structures for breakers should also have adequate strength to
accommodate 3 nos. CTs on it with provision of suitable supports from ground. 15.0 TEMPERATURE RISE
15.1. The maximum temperature attained by any part of the equipment, when in service at site, under continuous full load conditions, exposed to the direct rays of the sun, shall not exceed 45˚ C above ambient temperature. The limits of temperature rise shall be as per relevant standard.
. 16.0 TYPE TESTS
16.1. Type test certificates for the following tests, as per IS:13118 or IEC 62271-100 with latest amendment thereof, from any of the NABL accredited Laboratory shall invariably be furnished a. Short circuit duties test b. Short time withstand current and peak withstand current tests c. Temperature rise test d. Mechanical endurance test e. Lightning impulse voltage withstand test f. Power Frequency withstand voltage test (dry & wet) g. Single Capacitor bank switching test h. Degree of protection IP-55 as per IS:13947:93(Part-I)/IEC 60529:89
16.2. Type test certificates must accompany drawing of type tested equipment, duly sealed & signed by type testing authority.
16.3. Type tests should not have been conducted on the equipment earlier than 3 years from the date of opening of bids.
CGM(PP&D), APDCL’s Samaguri bid document Page 179
16.4. In case of any change in design/type of breaker already type tested and the one being offered against this specification, the Employer reserves the right to demand repetition of some or all tests without any extra-cost at NABL accredited lab.
17.0 ACCEPTANCE AND ROUTINE TEST :-
17.1. Employer shall have access at all times to the works and all other places of manufacture
where the Circuit Breakers are being manufactured and the Bidder shall provide all facilities
for unrestricted inspection of the Bidder/manufacturer’s works, raw materials, manufacture
of all the accessories and for conducting necessary tests as detailed herein. The Employer
reserves the right to insist for witnessing acceptance/routine testing of the bought out items.
The Bidder/manufacturer shall submit the routine test certificates of bought out items and
raw material also, at the time of routine testing of the fully assembled breaker
17.2. No material shall be dispatched from its point of manufacture unless the material has been
satisfactorily inspected and tested.
17.3. Bidders shall indicate the inspections and checks carried out at various stages of
manufacture of the circuit breakers. Complete record of stage inspection would be kept by
the Bidder/manufacturer and this record should be made available for inspection by the
representative of the Employer. Bidder/manufacturer should indicate the manufacturing
programme and the The Employer will have a right to depute inspecting officers during the
manufacture of the equipment. The Employer reserves the right to carry out stage
inspections at all stages, for which advance intimation shall be given and all necessary
cooperation shall be rendered by the manufacturer.
17.4. At the time of inspection, Bidder/manufacturer shall identify each and every
item/accessories of the particular Circuit Breaker under testing. Unless all the items are
identified, the manufacture will not be treated as complete. Various tests stipulated in
IS/IEC shall be performed in the presence of the Employer’s engineers or when the
inspection waiver has been given, in such a case, testing shall be done at the
manufacturer's works as per IS/IEC stipulations and same should be confirmed by
documentary evidence by way of Test Certificate which shall be got approved by the
Employer.
17.5. It is expected that before circuit breaker is finally offered for inspection, internal testing of
the same for various important parameters are already done. Routine test report for such
tests shall also accompany the letter of inspection call so that the Inspecting Officer at the
time of inspection may verify the parameters brought out in the preliminary report. Details of
all tests should be clearly brought out.
17.6. In case for any reason, inspection is not completed or equipment is not found to be
complete with all accessories as per confirmation given with the letter of inspection call, the
Employer will reserve the right to recover complete cost of deputation of inspecting team to
the works of the manufacturer.
17.7. Acceptance of any quantity of circuit breaker & its accessories shall in no way relieve the
successful bidder of his responsibility for meeting all the requirement of this specification
and shall not prevent subsequent rejection if such equipments are later found to be
defective.
18.0 RATING PLATES & SURFACE FINISH PAINTING & GALVANISING:-
18.1. Each circuit breaker shall be provided with a detailed rating plate. Details on the rating plate
shall be as per ISS and shall also indicate manufacturer name, serial no., order no. and
month & year of dispatch.
18.2. All interiors and exteriors of tanks, mechanism, enclosures, cabinets and other metal parts
shall be thoroughly cleaned to remove all rust, scales, corrosion, greases or other adhering
foreign matter. All steel surfaces in contact with insulating oil, as far as accessible, shall be
painted with not less than two coats of heat resistant, oil insoluble, insulating paint.
CGM(PP&D), APDCL’s Samaguri bid document Page 180
18.3. All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate
and two coats of epoxy paint with epoxy base thinner or hot dip galvanized or two packs of
aliphatic polyurethane finished paint. All metal parts not accessible for painting shall be
made of corrosion resistant material. All machine finished or bright surfaces shall be coated
with a suitable preventive compound and suitably wrapped or otherwise protected. Paints
shall be carefully selected to withstand tropical heat and extremes of weather within the
limits specified.
18.4. Paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. All
external paintings shall be as per shade no. 697 or any other suitable shade of IS:5 or
polyurethane paint
18.5. All ferrous parts & steel structure including all sizes of nuts, bolts, plain and spring washers,
support channels, structures, etc. shall be hot dip galvanized or stainless steel or electro-
galvanized.
19.0 DOCUMENTATION:
19.1. List of Drawings and Documents: Bidders shall furnish four sets of relevant descriptive and
illustrative published literature, pamphlets and following drawings for preliminary study;
a) General outline drawings showing dimensions and shipping weights. b) Sectional views showing the general constructional features of the circuit breaker
including operating mechanism, arcing chambers, contacts with lifting dimensions for maintenance.
c) All drawings & data typical and recommended schematic diagram for control supervision & reclosing shall be annotated in English. .
d) Schematic diagrams of breaker offered for control supervision and reclosing. e) Structural drawing, design calculations and loading data for support structures. f) Short circuit oscillogram & certificates for similar type tested breakers. General
arrangement of foundation and structure mounting plan including weights of varnish components and impact loading data for foundation design.
g) Type test reports. 19.2. Successful bidders shall, within two weeks of placement of order, submit four sets of final
version of all the above drawings for the Employer's approval. The Employer shall
communicate his comments/approval on the drawings to the Bidder/manufacturer within two
weeks. Bidder/manufacturer shall, if necessary, modify the drawings and resubmit four
copies of the modified drawings for the Employer's approval within two weeks from the date
of comments. After receipt of the Employer's approval, the Bidder/manufacturer shall, within
three weeks, submit 4 prints per breaker and two set of good qualities reproducible of the
approved drawings for the Employer's use.
19.3. Successful bidders shall also furnish two sets each of bound manuals covering erection,
commissioning, operation and maintenance instructions and all relevant information and
drawings pertaining to the main equipment as well as auxiliary devices along with each
breaker. Marked erection drawings shall identify the component parts of the equipment as
shipped to enable erection by the Employer’s own personnel. Each manual shall also
contain one set of all the approved drawings, type test reports as well as acceptance reports
of the corresponding consignment dispatched.
19.4. Manufacturing of equipments shall be strictly in accordance with the approved drawings and
no deviation shall be permitted without the written approval of the Employer.
19.5. Approval of drawings/work by the Employer shall not relieve the bidders of any of his
responsibility and liability for ensuring correctness and correct interpretation of the drawings
for meeting the requirements of the latest revision of the applicable standards rules and
codes of practices. Equipment shall conform in all respects to high standards of
engineering, design, workmanship and latest revisions of relevant standards at the time of
supply and the Employer reserves the right to reject any equipment or material which, in his
judgment, is not in full accordance therewith.
CGM(PP&D), APDCL’s Samaguri bid document Page 181
20.0 PACKING AND FORWARDING:
20.1. Equipment shall be prepared for ocean shipment (foreign equipment) or rail road transport
(local equipment). Equipment shall be packed in suitable crates in such a manner to protect
it from damage and withstand handling during transit. Bidder/manufacturer shall be
responsible for and make good at his own expense any or all damage to the equipment
during transit, due to improper and inadequate packing and handling. Easily damageable
materials shall be carefully packed and marked with the appropriate caution symbols.
Wherever necessary, proper arrangement for lifting such as lifting hooks etc. shall be
provided. Any material found short inside the packing cases shall be supplied by the
Bidder/manufacturer without any extra cost. Each consignment shall be accompanied by a
detailed packing list containing the following information:
(a) Name of the consignee.
(b) Details of consignment.
(c) Destination.
(d) Total weight of consignment.
(e) Sign showing upper/lower side of the crate.
(f) Handling and unpacking instructions.
(g) Bill of material indicating contents of
each package and spare material.
21.0 COMPLETENESS OF EQUIPMENT AND BOUGHT OUT ITEMS:
21.1. Bidders must furnish following information along with technical bid. A list of all the
accessories which will be supplied with the breakers should be furnished. While furnishing
the list of accessories, items which will be manufactured by the Bidders and balance items,
which will be procured from sub-Bidder/manufacturers should be clearly identified and
stipulated in the bid.
22.0 GUARANTEED TECHNICAL PARTICULARS:
It is obligatory on the part of bidders to furnish Guaranteed Technical Particulars enclosed with the bid document duly filled in complete in all respects. In case Guaranteed Technical Particulars duly filled in complete in all respects is not furnished, the bid may be treated as non-responsive
CGM(PP&D), APDCL’s Samaguri bid document Page 182
TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMERS OF CAPACITY 63/100/250 KVA
1.0 SCOPE
This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Oil immersed, naturally cooled, three-phase double wound out-door type transformers of capacity 25/63/100/250/315 KVA, having working voltage of 11 KV/0.433 KV complete with all fittings and accessories for installation. Any fitting, accessory or operation which may not have been mentioned specifically in the specification, but which are normally used or necessary for safe and efficient working of the transformer shall be deemed to be automatically included in this specification.
2.0 STANDARDS
The transformer shall conform in all respects to the following standards and codes as mentioned below: IS-335/K 83, BS-148, ASTM D-1275 : New insulating oil for transformer switchgear IS-2026 (Part 1 to 4)-1977/81) : Specification for power transformers IS-2099-1986 : Bushing for alternating voltage above
1000 V IS-3347, DIN 42531 to 33 : Dimensions for porcelain transformer bushing IS-3639-1968 : Specification for fittings and accessories for
power transformers IS-6600-1972 : Guide for loading of oil immersed
transformers IS-7421-1988 : Specification for porcelain bushings for
alternating voltage up to and including 1000 V IS-10314-1982 : Specification for ceramic bushing for terminals CB & IP Publication No.275 : Manual on transformer IS-1180 (Part I & II) : Outdoor distribution transformers up to and
including 100 kVA ISS-12444 & ASTM-B-49 : Copper wire rods· ISS-5484 & ASTM B-233 : Aluminum wire rods ISS-5/1961 No. 632 : Colours for ready mixed paints
2.1 Material conforming to other internationally accepted standards, which ensure equal or higher quality than the standards mentioned above would also be acceptable. In case the Bidders who wish to offer material conforming to the other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer.
3.0 SYSTEM DETAILS
The transformers shall be suitable for outdoor installation with 3-phase 50 Hz, 11 kV system in which the neutral is effectively earthed and they should be designed suitable for service under fluctuations in supply voltage upto .:!:. 12 %. Permissible under Indian Electricity Supply Act and rules made there under.
4.0 CLIMATIC CONDITIONS
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in Sun 40°C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m
5.0 TYPE AND RATINGS – CONVENTIONAL
(i) Capacity (Continuous rating) : 63/100/250 KVA (ii) No load voltage ratio at normal tap position
a) Primary voltage : 11000 V b) Secondary Voltage : 433 Volts between phases and 250 volts between phase to neutral
CGM(PP&D), APDCL’s Samaguri bid document Page 183
(iii) Nominal frequency : 50 Hz (iv) Highest system voltage : 12 KV (v) No. of phase : 3 (vi) Winding connections : Delta/Star (vii) Vector group : DyII (viii) Cooling method : ONAN (ix) Impulse withstand voltage : 75 KV Peak (x) Power frequency withstand voltage : 28 KV rms (xi) Impedance voltage at 75°C : 4.5% for 100 KVA AND 5% ABOVE 100 KVA UPTO
1000 KVA
6.0 TEMPERATURE RISE ABOVE AMBIENT IN ACCORDANCE WITH IS-2026
a) Windings (temperature rise measure by resistance 45°C method) - over an ambient temperature of 45°C
b) Top oil (temperature rise measured by thermometer) - 40°C over an ambient temperature of 45°C
The temperature shall be continuously rated at specified voltage ratio, frequency. The temperature rise in the core, under the same loading condition, on any part of external surface should not exceed that permitted for the adjacent part of the winding.
7.0 MAXIMUM ALLOWABLE LOSSES & IMPEDANCE
Sl.No Ratings in
KVA No-Load/ Loss in
Watts 50% Full Load Loss in Watts
at 75°C at 100% % Impedance
1 63 145/380 1250 4.5
2 100 220/520 1800 4.5
3 250 570/1050 3320 4.5
These losses are maximum allowable and there 'would not be any positive tolerance. However, the manufacture can offer losses less than above. The offer will be evaluated as per the loss evaluation formula given in REC, K-5 Standard- 1997 as amended up-to-date.
8.0 TAPPING RANGE
8.1 Tappings will be provided on the higher voltage in steps of ± 21/2% and ± 5% on all ratings. 8.2 Tap Changing Method
8.2.1 The tap changing device shall be off - circuit type. The tap changing shall be carried out by means of an externally operated tapping switch capable of being located and locked in any required position.
8.2.2 The taps shall be provided on HV side winding for variation of no load primary voltage over the range given in clause 3.0 of this specification.
8.2.3 The location of tap changing device shall be such that an operator can very easily change the tap, while standing on the ground without the aid of any climbing platform.
8.2.4 A warning late indicating that switch shall not be operated' in 'ON' position be provided. 9.0 TOLERANCES
The tolerances on electrical performance shall be as shown below: a) Voltage ratio
+ 0.5% of the declared ratio or a percentage equal to 10% of the percentage impedance voltage, whichev~r JS ,less.
b) Impulse & Power Frequency Voltage The Distribution Transformers shall be capable of withstanding the power frequency and impulse test voltage. Nominal system voltage : 11 KV rms Highest test voltage : 12 KV rms Impulse test voltage : 75 KV peak Power frequency voltage : 28 KV rms
c) Unless otherwise specified herein the test value of the transformers supplied should be within the tolerance permitted in the IS 2026 on the guarantee value.
10.0 DEISGN OF CORE
10.1 The cores shall be constructed from high grade cold rolled non-aging grain oriented silicon steel laminations. The design of the magnetic circuit shall be such as to avoid static discharges, development of short-circuit paths within itself or to the earthed clamping structure and the production of flux components at right angles to the plane of laminations which may cause local heating. The core laminations shall be held rigidly by a steel framework which shall clamp them together to prevent any
CGM(PP&D), APDCL’s Samaguri bid document Page 184
vibration. The core shall be provided with lifting lugs suitable for lifting the complete core and coil assembly of the transformer without transmitting the stresses to the laminations.
10.2 The transformer shall be suitable for over fluxing due to combined effect of system voltage and frequency upto 12.5% without injurious heating. These laminations shall be as thin as possible consistant with mechanically strong constructions. At least one side of each lamination shall be coated with a hot oil proof insulating material. In case the manufacturer's standard method is different from this, It should be clearly described. The laminations should be free from rust and colour spots. The laminations shall be grade 41 (M4) or better grade.
10.3 Core Clamping: The core shall be so insulated that there is no possibility of contact between edges and the core bolts. The bolts shall be tested at 2500 volts to earth.
9.1.1 M.S. Channel to be used upto 100 kVA, 75 x 40 mm size and 100 x 50mm size for 250 kVA & 315 kVA on top and bottom.
9.1.2 2 x12 mm high tensile bolts to be used upto 100 kVA and 2 x 16 mm for 250 and 315 kVA in parallel at each end.
9.1.3 MS channel on LV side to be reinforced at equidistance if holes / cuttings is done on L T side to avoid bending of channel.
9.1.4 MS channel to be painted with varnish / oil resistant paint. 9.2 Flux Density should not be more than 1.55 webers sq. m (Tesla). 9.3 No load current (Magnetizing current) shall not exceed 3 % of full load current upto 100 kV A and 1.25 %
for 250 kV A and 315 kV A and will be measured by energizing the transformer at 433 Volts, 5Q Hz on the secondary. Increase of voltage of 433 volts by 10 % shall not increase the no-load current disproportionately high. Test for magnetic balance by connecting the LV phase by phase to rated phase voltage and hleasurement of a n, b n, and c n voltage will be carried out.
9.4 Number of steps of core shall be minimum of 5 Nos. upto 100 kVA and 7 Nos. for 250 kVA and 315 kVA. 9.5 Diameter of core shall not be less than:
9.5.1 Up to 63kVA ,100 kVA ,250 kV A
Up to 63 kVA - 100 mm 100 kVA - 115 mm 250 kV A - 170 mm
9.5.2 Effective area of core shall not be less than:
Up to 63 kVA - 70 sq. mm 100 kVA - 92 sq. mm 250 kV A - 200 sq. mm
9.6 Tie rods: 4 Nos. of 12 mm diameter size (upto 100 kVA) and 8 Nos. of 16 mm diameter size for (250 and
315 kVA) of High tensile steel rods shall be effectively insulated. 9.7 All top and bottom Yoke nuts and bolts and tie rods shall be painted with oil and corrosion resistant paint
before use. 9.8 Core base and bottom Yoke shall be supported with 75 x 40 mm. MS channel with proper bolting. Flat or
cut channel will not be accepted. NOTE: Tenderers may also quote for the Amorphous core (low loss) and they should furnish design
details in their bid proposal for verification. 10.0 DESIGN OF WINDING 1.0 WINDING
1.1 GENERAL
i) The current density of copper in any part of the windings shall not exceed 2.50 Amps/Sq. mm.
ii) The current density of Aluminium in any part of the windings shall not exceed 1.50 Amps/Sq. mm.
iii) All windings shall be made of electrolytic high conductivity Aluminum for transformer of capacity up to 200 KVA and high conductivity Copper for transformer of capacity 250 KVA and above shape and braced to provide for expansion and contraction due to temperature changes. Winding shall be fully insulated as defined in IS: 2026. All neutral points shall be insulated for the voltage specified in IS: 2026. The winding shall be so designed that all coil assemblies of identical voltage, rating shall be interchangeable.
iv) Number of HV coils per phase should not be less than four (4)for 63, 100&200 kVA and not less than 8 ( eight ) for 250 KVA & above with the type Crossover/Sectional. Number of secondary (LV) coil should be one with spiral type winding construction.
v) LV winding shall be such that neutral formation will be at top.
CGM(PP&D), APDCL’s Samaguri bid document Page 185
vi) Conductor covering for HV winding conductor should be DPC with minimum 0.35mm thickness and for LV conductor DPC with minimum 0.40 mm thickness.
vii) Interlayer insulation shall be Nomex/Epoxy dotted Kraft Paper. viii) Distribution Transformers shall be designed to withstand the impulse and power frequency test
voltages as per IS: 2026. ix) Magnitude of impulse surges transferred from HV to LV windings by induction and capacitance
coupling shall be limited to B.I.L. of LV winding x) The completed core and coil assembly shall be dried in vacuum at not more than 0.5mm of
mercury absolute pressure and shall be immediately impregnated with oil after the drying process to ensure the elimination of air and moisture within the insulation. Vacuum may be applied in either vacuum over or in the transformer tank
xi) Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in service.
xii) Winding shall not contain sharp bends which might damage the insulation or produce high dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the thickness.
xiii) Varnish application on coil windings may be given only for mechanical protection and not for improvement in dielectric properties. In no case varnish or other adhesive be used which will seal the coil and prevent evacuation of air and moisture and impregnation by oil.
xiv) The insulation of transformer windings and connection shall be free from insulating composition liable to soften, ooze out ,shrink or collapse during service and be non catalytic and chemically inactive in transformer oil.
xv) The coil clamping arrangement and the finished dimensions of any oil ducts shall be such as will not impede the free circulation of oil through the ducts.
xvi) Terminals of all windings shall be brought out of the tank through bushings for external connections
xvii) The winding shall be so designed that all coil assemblies of identical voltage ratings shall be interchangeable and field repairs to the winding can be made readily without special equipment. The coils shall have high dielectric strength
xviii) All leads from windings to terminals shall be rigidly supported to prevent injury from vibration. Guide tubes may be used where possible.
10.1 Winding Connections and Vector Group
10.1.1 The primary of the transformer should be connected in delta and the secondary winding should be connected in star in accordance with vector symbol Dy-II so as to produce a positive phase displacement of 30° between the primary and secondary voltage vectors of the same phase. The neutral should be brought out to a separate insulated terminal for the purpose of grounding etc.
10.1.2 Current density for HV & LV should not be more than and 2.5A/sq. mm for copper (with a tolerance of 5 % for LV winding) and 1.5 A/sq. mm for aluminium conductor.
10.2 Winding Terminals
a) HV side : the HV winding terminals should be brought outside the transformer tank through 3 Nos. of weather proof, out door type, brown glazed bushings conforming to ISS:3347 (Pt.V.Sec-l) 1965 for porcelain and I.S.S.:3347 (Pt.-V, see-II) : 1967 (metal parts) with upto be amendments and revisions. Arching horns with appropriate BIL. (80% of impulse voltage) should be mounted on the bushings.
LV Side : the LV v:inding terminals should be brought outside the transformer brown glazed bushing conforming to IS : 3347 (Pt-I, Sec-2) : 1965 (for porcelain parts) and IS : 3347 (Pt-I, sec-2) : 1967 (for metal parts) with upto date amendments and revisions. Arching horns with appropriate BIL (80% of impulse voltage) shou1d be mounted on the bushing.
10.3 Winding Construction
a) The HV and LV winding coils should be circular and arranged concentrically in such a manner that the lower voltage winding is placed next to the core and the magnetic axis of the winding should be made coincident as far as possible.
b) The size of the HV winding wires shall be such as to have greater mechanical strength and lower current density.
c) The flux density should not be allowed to exceed 1.9 Tesla under over voltage condition so that the core is not saturated.
d) Top and bottom coils shall be supported by wooden discs to take care .of electro-mechanical forces under short-circuit conditions. 2/3
rd area of the coil should be covered by spacers.
11.0 DESIGN OF TANK
11.1 The transformer tank shall be of robust construction and shall be built of electrically welded MS plates. All joints of tank and fittings shall be --- tight and no bulging shall occur during service. The tank design shall be such that the core and windings can be lifted freely. The tank plates shall be of such strength that the complete transformer when filled with oil may be lifted bodily by means of the lifting lugs provided. Tank inside shall be painted by varnish. Top cover shall be slightly sloping towards HV bushing and cover the top with end walls.
11.2 I) Side Wall thickness : 3.15 mm II) Top and bottom plate thickness : 5.00 mm
CGM(PP&D), APDCL’s Samaguri bid document Page 186
11.3 The four walls of the tank shall be made of TWO "L" shaped sheets (without joints) fully welded at
the corners from inside and outside of the tank for withstanding a pressure of 1 kg/sq.mm for 10 minutes. All the tank plates shall be of such a strength that the complete transformer with oil and fittings can be lifted bodily my means of lifting lugs provided.
11.4 Reinforced of welding stiffner angle (40 x 40 x 5 mm) on all the outside walls of the tank shall be provided to form two equal compartments (upto 100 kVA) and three equal compartments above 100kVA. The tank through longer side walls shall be reinforced additionally by welding suitable size flat/angle vertically to provide sturdy and robust construction to withstand extreme pressure conditions. All joints of tank and fittings shall be oil tight and no bulging should occur during the service. The tank design shall be such that the core coil assembly can be lifted freely. The hooks that will be used for anchoring the core shall be so located as not to foul with the core coil assembly.
11.5 "U" shaped pressure relief vent of 50mm dia pipe with 0.025 mm copper shim sheet as diaphram shall be provided on the top cover of the tank such that the pressure released should be directed to the ground. The vent shall be provided on opposite side of the CB operating rod. The diaphram shall be provided near to the top cover and other end of the vent pipe shall guarded with suitable mesh against entering of worms and resting. The diaphragm should burst at a pressure between 0.76 kg/sq.cm to 0.95 kg/sq.cm.
12.5.1 Pressure test will be conducted by the inspecting officer on a transformer vent pipe against each lot
offered for inspection. The diaphragm should burst at a pressure between 0.76 kg/sq.mm to 0.95 kg/sq.mm. For any operational failure of vent pipe and consequent damaged to the tank an addition to insisting for free replacement of the tank, the State Electricity Board may at its option, recover an estimated loss sustained by it from the manufacturer.
12.6 Permanent deflection when the tank without oil is subjected to vacuum of 760 mercury shall not be more than 5 mm up to 750 mm length 6 mm up to 1250 mm length. The tank shall be capable of withstanding a pressure up to 0.7 kg/sq.cm without any deformation. Inside of the tank shall be painted with hot oil proof paint.
12.7 The transformer tank top cover shall be fixed with bolts and four corner bolts shall be welded, to prevent opening of the cover at site by miscreants. In addition to this "U" clamps seals may
be welded on the four sides of the top cover for further prevention of meddling and suitable continuous neoprene gasket (Rectangular Ring) to avoid leakage of Nitrogen and all the fittings including bushings in position shall be tested for leakage at a pressure of 0.7 kg/sq.cm inside the tank for 10 minutes. The above test shall be carried out before final sealing of the transformers.
12.8 The tank shall be fitted with round cooling tubes of minimum of 38 mm outer dia and 1.25 mm thick bent and directly welded on both sides i.e., inside and outside and outside of the tank. The cooling tubes shall not be provided underneath the LV bushing to avoid puncturing of the tubes due to falling down of LV lead on them.
12.9 Steel surface shall be prepared by sand shot blast on chemical cleaning including phosphating as per IS : 3618.
12.10 Heat resistant paint (hot oil proof) shall be provided inside the tank. On external surface one coat of thermo setting powder paint or two coats of zone chromate followed by two coats of synthetic 'thermal paint of dark admiralty gray shade conforming to 632 of JS : 5 of 1961 shall be followed:
12.11 Heat dissipation by tank walls excluding top and bottom should be limited to 500 W / sq.meter up to the oil level, 250 Watts / sq.meter above oil level and 300 Watts /sq. meter for cooling tubes. The transformer shall be capable of giving continuous rated output
without exceeding the specified temperature rise. Tenderer shall submit the calculation sheets.
12.12 Total minimum oil volume and minimum weights
Sl.No. KVA Rating Oil in Ltrs. (Incl. of oil observed in core coil
assembly)
Permissible oil absorption in
Ltrs.
Core Lamination min. in Kgs.
Winding with Insulation min
in Kgs.
1 63 195 6 145 55
2 100 240 7 207 72
3 250 440 12 394 185
12.13 Lifting Lugs: 2 Nos. welded heavy duty lifting lugs of MS plate 8 mm. Thick suitably reinforced by vertical supporting flat welded edgewise below the lug on the side wall.
12.14 Pulling Lugs: 4 Nos. of welded heavy duty pulling lugs of MS plate of 8 mm, thick shall be provided to pull the transformer horizontally.
12.15 Top Cover Gasket & Bolts: i) The gasket provided in between top cover plate and tank shall be of 5 mm thick neoprene rubberized
cork sheets confirming to IS:4352, Part-II. ii) GI nut bolts shall be of size 38" x 1 ~" with one plain and one spring washer suitably spaced to press
CGM(PP&D), APDCL’s Samaguri bid document Page 187
the cover. iii) The height of the tank shall be such that the minimum clear height upto the top cover plate of 120 mm,
is achieved from top yoke. 13.0 CONSERVATOR
a) The total volume of conservator shall be such as to contain 10% quantity of the oil. Normally 3% quantity of the total oil will be contained in the conservator
b) Oil level indicator shall be provided on the side which will be with fully covered detachable flange with single gasket and tightened with MS nut bolts. The pipe from conservator tank connecting to main tank shall have a slopping flap so that the oil falling from the pipe shall not fall directly on the active job and shall fall on the side walls only. The conservator shall be provided with the drain plug and a filling hold with cover. In addition, the cover of the main tank shall be provided with an air release plug.
14.0 BREATHER
Breather joints will be bolted type in case of metal container. Breather made of synthetic materials may be provided subject to the purchaser's approval. Breather volume in gram of silicagel 250 gms.
15.0 TERMINALS
a) Bross rods 12 mm dia both for HV & LV upto 100 kVA b) Bross rods of 12 mm dia for HV only above 100 kvA c) Tinned copper rods of 20 mm dia both for LV and HV above 100 kV A
16.0 BUSHINGS 16.1 The porcelain portion of HT and L T bushings shall be of standard make and conform to IS-2099/1973
(HV), "Specification for High voltage porcelain bushings" and IS-7421/1974 for LV IS-3347 shall be
outdoor type. The bushing rods and nuts shall be as per clause 18 of specification. The bushings shall be fixed to the transformers on sides with straight pockets and in the same plane. The tests as per IS-2099 11962 shall be conducted on the transformer bushings as detailed below:
a) Dry Flash over voltage b) Wet flash ever voltage c) Dry 1 minute with-stand voltage d) Impulse withstand voltage (1.2/50 micro seconds - Ve wave) e) Manufacturer's test certification to be furnished for eyery lot of offer 16.2 For 11 kV, 17.5 kV Class bushings shall be used and for 0.433 kV, 1.1 kV class bushings shall be used.
Bushings of plain sheds as per IS-3347 shall be mounted on the side of the tank and not on top level. 16.3 Dimensions of the bushings of the following voltage class shall conform to Indian Standards mentioned
below.
Voltage Class Indian Standards for Porcelain Parts ISS for Metal Parts
1.1 KV IS-3347/Part-I/Sec.1/1965/1979 IS-3347/Part-I/Sec.2/1979 (ass per IS 1180/1989)
17.5 KV IS-3347/Part-I/Sec.1/1972 IS-3347/Part-III/Sec.2/1982
16.4 A minimum phase to phase clearance of 75 mm for LV (up to 1.1 kV bushing) and 255 mm for HV (3.3 kV
and above) bushings shall be obtained with the bushing mounted on the transformer. 16.5 The bushings shall be fixed on sides with pockets in the same plane. Arcing horns shall not be provided
and instead brass caps shall be provided. 16.6 Brazing of all inter connections, jumpers from winding to bushing shall have cross section larger than the
winding conductor. For copper, silver brazing alloy to be used. For aluminum L & T aluminum brazing rods shall be used.
16.7 In the case of LV bushings, the internal bushings shall be made of tough insulating material like epoxy and shall have embedded stem and a strong coupling connection (screwed), properly secured with a special joint pin shall be used between stem of the internal and external bushings.
16.8 The LV bushing shall be so located that even under the hottest conditions the level of the transformer oil shall be below the open.ing meant for fixing the LV bushings. The LV jumpers and bushing material shall be selected and designed for this condition.
16.9 The design of the internal bushing for LV shall be such as to provide adequate earth clearance as stipulated i.n the clause 10, 2.1 of 18 1180 Part-I and creepage distance as per clause 7.1 of 18 2099. All other tests as per relevant standards shall be applicable.
16.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the main tank. 16.11 The LV bushing and HV bushing stems shall be provided with suitable terminal connectors so as to
connect the jumper without disturbing the bushing stem. High voltage phase windings shall be marked both in the terminal boards inside the tank and on the outside with capital letter IU, IV, IW and low voltage windings for the same phase marked by corresponding small letters 2u, 2v, 2 w. The neutral point terminal shall be indicated by the letter 2 n.
16.12 The vector diagram plate shall clearly indicate the method adopted -for marking the terminals both outside
CGM(PP&D), APDCL’s Samaguri bid document Page 188
and interior. 17.0 LIGHTNING ARRESTORS
9 KV 5 KA metal oxide lightning arrestors as per 18:3070/1974 Part-I/lEC-99 (the latest version) one number per phase shall be fixed under the HV bushings with earth connected to the body of transformers with necessary clamping arrangements.
18.0 TRANSFORMER OIL
The transformer shall be supplied complete with first filling of oil and the same shall comply with IS-335/1983 with latest version thereof. The ageing characteristics after accelerated ageing shall be as given in Appendix-C of S335/1983 (or) latest version. The characteristics of the oil shall be as follows
S.No. Characteristic Specified Value
1 Electric strength (breakdown voltage) 30 KV (Min)
2 Electric dissipation factor (tan delta) at 90°C 0.01 (Max)
3 Specific resistance (resistivity) at 27°C (ohm-cm) 12
4 Flash point (PM closed) 140°C (Min)
5 Inter facial tension at 27°C 0.03 N/M (Min)
6 Neutralization valve (total acidity) 0.05 mg/KOH/g (max)
7 Water content PPM 35 (Max)
18.1 DRYING & OIL-FILLING
The core and the winding after assembly shall be dried in a vacuum drying chamber to a temperature of 90°C. After this drying process the slackness of bolts, nuts and other clamping arrangements shall be checked and tightened. The tank shall be filled with oil heated upto 80°C in vacuum. The tenderer shall furnish the vacuum pressure under which the whole operation shall be carried out.
19.0 FITTINGS & ACCESSORIES
i. Rating Plate ii. Diagram Plate iii. Two Nos. Earthing terminals iv. Lifting lugs for lifting arrangements of main transformer core coil assembly also for tank cover. v. HV bushings 3 nos. with bimetallic terminal connectors vi. LV bushings 4 nos. with bimetallic terminal connectors. vii. Metal Oxide lightning Arrestor (disconnector type with GI Pipe Earth Strip of 25 X 4 mm). viii. U-shaped pressure relief vent 0.025 mm Cu diaphragm on the top of the top cover for breaking at
a pressure of 0.76 to 0.95 Kg/cm². ix. LV epoxy Bushings 4 Nos. x. Base Channels 75 X 40 mm xi. Weight content of a) Core; b) Windings; c) Tank & Fittings; d) Weight/ Quantity of Oil; e) Overall
Weight xii. 5 Year guarantee embossed plate welded below name plate xiii. Dehydrating silica gel breaker xiv. Conservator with oil filling hole & cap, drain, valve & with 50 mm blocking valve. xv. Plain oil level, indicator with minimum marking xvi. Thermometer pocket xvii. Explosion vent (pressure release device with diaphragm xviii. 2 Nos. oil filter valves with plug one at top a the other at bottom. The bottom filter valve can also be
used are drain valve. xix. 4 Nos. unidirectional rollers suitable for plates form mounting xx. OFF and externally hand operated tap changing switch with position indicating plate and provision
for locking device for HV variation. xxi. On the rating plate "CMABY” followed by the name of the State Electricity Board" should invariably
be inscribed. The rating plate and the terminal marking plate should be mode of durable and non-corrodible material and information as per clause 15.2 of ISS:2026/77 (Pt-I) or any other relevant standard should be embossed thereon. The rating plate and the terminal marking may be combined into one whole plate. On the rating plate "Property of Assam State Electricity Board" should invariably be inscribed.
20.0 GUARANTEED TECHNICAL PARTICULARS & DRAWINGS
2.0 The guaranteed technical particulars of the transformers are as per the Annexure-II enclosed herewith. All appropriate information and data required in the Annexure should be carefully filled in and should be complete in all respects.
3.0 The following drawings should be invariably be submitted in triplicate along with tender. a) Outline Dimensions and General arrangements b) Wiring Diagram for auxiliaries
CGM(PP&D), APDCL’s Samaguri bid document Page 189
c) Electrical connections 21.0 VERLOAD CAPACITY
The tendered should state clearly the percentage overload the transformers can take for a continuous period of 1 hour. The transformers shall suitable for loading as per 15-6600/1972. The transformer shall be designed to obtain maximum efficiency at 75% load
22.0 TESTS 22.1 Type Tests
The tenderer shall submit copy of certificates of complete type tests carried out in a recognized laboratory in accordance with I.S.S. on similar distribution transformers (Protection) during the last three years. Test certificates of a period earlier than three years from the due date of the tender shall not be accepted except for short circuit test for which validity of test certified will be five years. Technical details of the transformers for which tests were carried out shall be clearly indicated in the test certificates, furnished along with the tender, so that designed aspects of the transformer offered can be easily identified to be similar with that for which certificates are furnished.
22.1.1 The following Type tests shall be conducted. a. Temperature rise test for determining the maximum temperature rise after continuous full load run. The
ambient temperature and time of test should be stated in the test certificates. b. Impulse voltage test as per Clause 12.1 of IS-2026 (Part 111/1997) as per latest version. c. Air pressure test as per Clause 18.13.1 of IS-1180/Part.II/1079. d. Short circuit withstand test: Thermal and Dynamic ability. The bidder shall furnish calculations in
accordance with the IS-2026 to demonstrate the thermal ability of a transformer to withstand short circuit test.
e. Un-balanced current: The value of unbalanced current indicated by the ammeter shall not be more than 2% of the full loan current.
22.1.2 Special tests other type and routine tests, as agreed between purchaser and Tenderer shall also be carried out as per the relevant standards.
22.1.3 Routine Tests
Manufacturer's routine test certificates shall be furnished before offering the transformer for inspection The transformer shall be subjected to the following Routine Tests at the manufacturer's works in accordance with the REC specification No.23~1983, the IS: 1180 and IS: 2026.
a) Checking of weights, dimensions fitting and accessories, tank thickness, oil quantity, material, finish and workmanship as per purchase order and contract drawings. b) Physical verification of core coil assembly and measurement of flux density of one unit of each rating, in every inspection with reference to short circuit test report. c) Measurement of Ratio, polarity and winding resistance. Check of voltage and vector relationship. d) Measurement of impedance voltage, short circuit impedance and load loss at rated current and normal frequency. e) Measurement of No Load current and losses at service voltage and normal frequency. f) Measurement of No load current at 112.5% of rated voltage. g) Measurement of insulation resistance. h) Induced over voltage withstand test. i) Separate source voltage withstand test. j) Checking of name place and marking on the tank. k) Checking of dielectric strength of transformer oil.
22.1.4 Acceptance and Routine Tests
All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of purchaser’s representative. Following tests shall be carried out at manufacturer's works on one unit of each rating by the supplier in presence of purchase representative. a) Temperature rise test. b) Measurement of unbalance current. c) Air pressure test on empty tank of transformer opened for physical verification test (Once only). d) The test certificates for all routine and type tests for the transformers and also for the bushings
and transformer oil shall be submitted with the tender. e) Tests at Site: The purchaser reserves the right to conduct all tests on Transformer after arrival at
site and the contractor shall guarantee test certificate figures under actual service conditions. 22.1.5 Test Certificates
The test certificates for all routine and latest (within 5 years) type tests for the transformers and also the bushing and transformer oil shall be submitted with tender.
23.0 INSPECTION
All routine tests will be carried out on each and every transformer and temperature rise tests on one revisions unit out of a batch should be carried at the works of the manufacturer. The tender must give prior intimations (at least 15 days ahead) to the authority issuing the purchase order, regarding the readiness of transformers for such testing so that he may depute his Engineers or third party nominee to witness the tests. All reasonable facilities should be extended to the APDCL Engineer, who witness the testing so that he is satisfied that all tests are being carried out as per ISS: 2026/77.
CGM(PP&D), APDCL’s Samaguri bid document Page 190
No extra cost will be paid by APDCL for any of above mentioned tests. The purchaser has the right to have the tests carried out at his own cost by an independent agency whenever there is doubt regarding the quality of supply and testing.
23.1 Stage Inspection
The stage inspection of the transformers during the manufacturing/ assembling stage shall be carried out by the purchaser's representative or third party nominee. The purchaser has absolute right to reject the raw material/component/sub-assemblies or complete equipment not conforming to the requirements of the specifications or of poor quality/workmanship. The purchaser at his option may collect the samples of the following raw material/components for his independent testing.
a. CRGO Lamination: APDCL One specimen sheet of 300-500 mm length and 500 mm width (for each lot of raw material used by the supplier)
b. HV Winding Wire: 1250 mm length specimen for each type c. LV Winding Wire: 1250 mm length specimen for each type d. Transformer Oil: 5 lit., in bottle of 1 lit. each.
24.0 CHECKING BY COMPLETE DISMANTLING
The purchaser shall have the right to select at random anyone transformer from the lot of transformer of a particular rating. The transformer will at the discretion of the purchaser, be completely dismantled and each and every item will be visually inspected and examined to ascertain whether requirements of specifications guaranteed particulars and type tested design are strictly followed or not, or whether norms as standardized by Indian
Standard Specifications are adhered. 25.0 MOUNTING
The under base of the transformer shall be provided with two channels of adequate size at suitable spacing for fixing on plinth.
26.0 NAME PLATE PARTICULARS
The equipment shall be provided with a name plate covering name of manufacturer, year of manufacture, rating, other technical data as per specification and name of the project
CGM(PP&D), APDCL’s Samaguri bid document Page 191
SECTION -7
FORM FOR GUARANTEED TECHNICAL
PARTICULARS
CGM(PP&D), APDCL’s Samaguri bid document Page 192
GUARANTEED TECHNICAL PARTICULARS FOR VACUUM CIRCUIT BREAKER
(To be filled in by the bidder)
1. Name of the Manufacturer
2. Country of Origin
3. Manufacture’s type and Designation
4. Number of poles
5. Rated Voltage (KV)
6. Standards Applicable
7. Normal Current Rating
a)IEC conditions
b)Site conditions
8. Frequency in cycles per second
9. Making capacity in peak kilo-amperes
10. Breaking capacity
a) Symmetrical in KA
b) A-Symmetrical in KA
11. Three second short time current rating
12. Total Break time in milli second
a) At 10% rated interrupting capacity
b) At 30% rated interrupting capacity
c) At 60% rated interrupting capacity
d) At 100% rated interrupting capacity
13. Maximum temperature rise above ambient
a) Live parts (Degree C)
b) Enclosure (Degree C)
14. Whether suitable for three phase auto reclosing
15. Breaker
a) Opening time in milli – seconds with no current
b) Opening time in Milli-seconds at rated breaking current
c) Arcing time in milli-seconds
d) Time in milli-seconds from Arc Extinction to contact fully open
e) Dead time in mill-seconds for three phase reclosing
f) Time in milli-second
j) From circuit energized to contacts make
ii) From contacts make to contacts fully closed
16. 1.2/50 microsecond lightening impulsive with stand voltage to earth (in KV peak)
17. One minute power frequency dry. Withstand voltage to earth (in KV rms)
18. One minute power frequency wet withstand voltage to earth (in KV rms)
19. First pole to clear factor
20. Out of phase switching capability of the breaker
21. Rated out of phase breaking current
22. Switchgear component load requirement
a) Circuit breaker
i) Spring charging motor
ii) Close coils
iii) Open coils
iv) Heaters
b) Control cubicle
CGM(PP&D), APDCL’s Samaguri bid document Page 193
i) Relays
ii) Heaters
iii) Indications
c) Other requirements
23. Maximum line charging current that the breaker can interrupt (in Amperes)
24. Maximum over voltage developed while breaking line charging current
a) Supply slide (KV)
b) Line side (KV)
25. Maximum shunt capacitor bank switching capacity of breaker (single bank MVA)
26. Maximum cable charging current breaking capacity (in Amps) and corresponding over voltage (in KV)
a) Supply side
b) Line side
27. Short line fault current breaking capacity (KV)
28. Maximum over voltage developed while breaking magnetizing current of transformer (KV)
29. Rated operating duty cycle
30. Minimum clearance in air
a) Between poles (mm)
b) Between live part (mm) to earth
c) Between live part to ground level (mm)
31. Creepage distance
a) To ground (mm)
b) Between terminals (mm)
32. Protected creepage distance (mm)
33. Number for breaks in series per pole
34. Type of main contacts
35. Type of arcing contacts
36. a) contact silver plated or not
b) Thickness of silver plating
c) Contact pressure
d) Electric contract resistance at 20 degree C (ohm)
37. Type of device, if any used to limit rate of rise of restricting voltage
38. Number and type of spare auxiliary switches provided
a) Those closed when breaker is closed
b) Those open when breaker is closed
39. Rated voltage of auxiliary contacts
40. Material of auxiliary contact
41. Current carrying capacity of auxiliary contacts
42. Type and make of vacuum interrupter
43. Dynamic load to be transferred to foundation
a) Co-Operation (Compressive)
b) Co-operation (Tensile)
44. Guaranteed number of operations
a) With no load current
b) With full fault current
c)Those adjustable with respect to position of main contact
45. Over all dimensions
i) Height (mm)
ii) Width (mm)
iii) Length (mm)
46. Weight of complete circuit breaker for foundation design
47. Seismic level for which the breaker is designed
CGM(PP&D), APDCL’s Samaguri bid document Page 194
a) Horizontal acceleration
b) Vertical acceleration
48. Height of supporting structure
49. Material of supporting structure
50. Noise level of circuit breaker at 5 meters distance
51. Whether the circuit breaker is fixed trip or trip-free
52. Short circuit type test report
53. Porcelain bushings
i) Type
ii) Dry flashover voltage
iii) Wet flashover voltage
iv) Dry 60-S withstand test voltage
v) Wet 80-S withstand test voltage
vi) Under-oil flashover or puncture withstand test voltage (power frequency)
vii) Full wave impulse withstand test voltage
viii) Creepage distance in air (total) mm
ix) Protected creepage distance (mm)
x) Whether the bushing is suitable for outdoor installation and extreme humid conditions
xi) Weight of the assembled bushing (Kg)
xii) Whether terminal connection for all bushing included in scope of supply
xiii) Test (routine/type) to be conducted on the bushing
xiv) Bushing, clearance in (mm)
a) Between phases
b) Between phase to ground
xv) Performance guarantee
CGM(PP&D), APDCL’s Samaguri bid document Page 195
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS 3333 kkVV CCOONNTTRROOLL AANNDD RREELLAAYY PPAANNEELLSS
FFOORR 3333//1111 KKVV TTRRAANNSSFFOORRMMEERR (To be filled in by the bidder)
Sl No
Technical Particulars Unit 33KV side 11 KV Side
1 Name of the Bidder & address
2 Name of the Manufacturer & address
GENERAL
3 Type of Panel
a Material use for Panel
b Panel sheet thickness
c Over all dimensions
i) Width
ii) Depth
iii) Height
c) Total weight of panel
4 Painting & finishing of panel
d) Internal finish
e) External finish
5 Degree of Protection
6 Ammeters (digital)
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Current coil (CT Ratio)
Accuracy Class (1.0)
7 Volt Meters
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Voltage coil (PT Ratio)
Accuracy Class (1.0)
8 M.W. Meters
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Voltage / current coil ( CT/ PT Ratio)
Accuracy Class (1.0)
FREQUENCY METER (digital, 3 ½ digit) nil
a i) Type of instrument
CGM(PP&D), APDCL’s Samaguri bid document Page 196
aii] Name of manufacturer
b) Size
) Scale
Accuracy Class (1.0)
9 STATIC ENERGY METERS (3ph-4w TVM with DLMS compliance )
33 KV side 11 KV side-nil
a i) Type of instrument
aii] Name of manufacturer
b) Size
) Scale
Accuracy Class (0.5)
Voltage / current coil ( CT/ PT Ratio)
10 Over current( -3) Earth Fault (1) relay : numeric relay with communication Port RS232/RS485 & Scada facility in deatails
33 KV side 11 KV side
11 Differential Relay (numeric relay with communication port RS232/RS485 with SCADA) [ for 33/11 KV Transformer Panel only
33 KV side 11 KV side
12 ANNUNCIATIONS
a) Type of annunciation system offered
b) Make of the system
c] Any deviation from specification to be stated.
c) Sequence and scheme of operation of the annunciation system (Drawings shall be enclosed) together with details of components involved.
13 TECHNICAL PARTICULARS OF THE SYSTEM
a) Response time
b) Burden for pre-warm up facility per window
c) No. of lamps per window
d) Burden per window
i) With flashing
ii) With steady light
iii) During off condition
f) Whether annunciation system is suitable for 110 V DC supply
14 Schematic diagram, & other diagram to be furnish
CGM(PP&D), APDCL’s Samaguri bid document Page 197
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF CCOONNTTRROOLL AANNDD RREELLAAYY PPAANNEELLSS FFOORR 3333 KKVV
FFEEEEDDEERR AANNDD 1111 KKVV FFEEEEDDEERR
Sl No
Technical Particulars Unit 33KV Feeder
11 KV Feeder
1 Name of the Bidder & address
2 Name of the Manufacturer & address
GENERAL
3 Type of Panel
a Material use for Panel
b Panel sheet thickness
c Over all dimensions
i) Width
ii) Depth
iii) Height
c) Total weight of panel
4 Painting & finishing of panel
d) Internal finish
e) External finish
5 Degree of Protection
6 Ammeters (digital)
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Current coil (CT Ratio)
Accuracy Class (1.0)
7 Volt Meters
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Voltage coil (PT Ratio)
Accuracy Class (1.0)
8 M.W. Meters
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Voltage / current coil ( CT/ PT Ratio)
Accuracy Class (1.0)
FREQUENCY METER (digital, 3 ½ digit) nil
a i) Type of instrument
CGM(PP&D), APDCL’s Samaguri bid document Page 198
aii] Name of manufacturer
b) Size
) Scale
Accuracy Class (1.0)
9 STATIC ENERGY METERS ( 3ph-4w Tri vector Meter with DMLS compliance))
a) Rating of current coil & potential coil
b) Continuous withstand capacity of the above coils
c) Limits of error at unity pf and
i) 125/25% rated current
ii) 10% rated current
iii) 5% rated current
d) Limits of error at 0.5 pf (lag) and
i) 125/25% rated current
ii) 10% rated current
e) Power losses per element
i) Current coil
ii) Potential coil
f) Minimum running current (percent of marked current)
g) Variation of voltage to cause a change of not more than 1% at any load from full to 1/10
h) Variation of air temperatures maximum temperature co-efficient of error in percent per Deg.C at
i) Unity pf
ii) 0.5 pf (lag)
i) Variation dur of heating by main current in percent at
i) Unity pf
ii) 0.5 pf (lag)
j) Variation of frequency percent error due to 5% variation in frequency
i) At unity pf
ii) At 0.5 pf (lag)
k) Overload capacity
i) Continuous
ii) ½ second
l) Excess voltage permissible fr 30 minutes
m) Type of register mechanism with register constant
n] Type of instrument
o] Name of manufacturer
10 PROTECTIVE RELAYS (numeric relay with communication
port RS232/RS485 with SCADA)
33 KV Feeder 11 KV feeder
. Non-directional over current relays & earth fault relay
a i) Type of instrument
aii] Name of manufacturer
b) Current coil range
c) Tap range
d) Power consumption
CGM(PP&D), APDCL’s Samaguri bid document Page 199
i) Highest tap
ii) Lowest tap
c) Time of operation at maximum time dial setting at
i) 5 times tap setting current
ii) 10 times tap setting current
f) Type of characteristic
g) Whether draw out type or not
h) Trip contact rating Amps
i) Whether seal in contact provided or not
2. Non-directional earth fault relays
a) Type
b) Current coil range
c) Tap range
d) VA burden
i) Highest tap
ii) Lowest tap
e) Power consumption
i) Highest tap
ii) Lowest tap
f) time of operation at maximum time dial setting at
i) 5 times tap setting current
ii) 10 times tap setting current
g) Whether draw out type or not
h) Trip contact rating Amps
i) Whether seal in contact provided or not
12 ANNUNCIATIONS
a) Type of annunciation system offered
b) Make of the system
c] Any deviation from specification to be stated.
c) Sequence and scheme of operation of the annunciation system (Drawings shall be enclosed) together with details of components involved.
13 TECHNICAL PARTICULARS OF THE SYSTEM
a) Response time
b) Burden for pre-warm up facility per window
c) No. of lamps per window
d) Burden per window
i) With flashing
ii) With steady light
iii) During off condition
f) Whether annunciation system is suitable for 110 V DC supply
14 Schematic diagram, & other diagram to be furnish
CGM(PP&D), APDCL’s Samaguri bid document Page 200
GUARANTEED TECHNICAL PARTICULARS OF 33KV &11kV ISOLATOR (To be filled in by the bidder)
TYPE OF ISOLATOR 33 KV Isolator with
& without earth
11 KV Isolator with
earth switch,
Name of bidder & address
Manufacturer’s name and address
Applicable Standard
Type of Isolator
a) Nominal system voltage 33 KV 11 KV
b) Rated voltage of the isolator or earth
switch 36 KV 12 KV
c) Rated continuous current of the isolator
d) Rated short time current and duration 25kA, for 3 sec 25kA, for 3 sec
e)Rated impulse withstand voltage
i) Across the isolating distance
ii) To each and between poles
195 KV( Peak)
170 KV( Peak)
70 KV( Peak)
70 KV( Peak))
e) One minute power
frequency withstand
voltage
i) Across the isolating distance
ii) To each and between poles
80 KV ( rms)
70 KV( rms)
As per IS
28 KV ( rms)
28 KV( rms
f) Rated short time current for one minute As per IS As per IS 9921-
1982
g) Temperature rise As per IS 9921-1982
h) Creepage Distance > 900 mm > 320 mm
i) Contact Resistance at normal operation < 5
Total weight if the isolator
Mounting structure & other drawing to be
furnish
CGM(PP&D), APDCL’s Samaguri bid document Page 201
GUARANTEED TECHNICAL PARTICULARS OF 33KV CURRENT TRANSFORMER FOR TRANSFORMER
Name of Bidder
Manufacturer’s name and address
Current Transformer
Standard applicable
Type
Rated voltage kV
Rated frequency Hz
No of cores
Rated primary current
Rated secondary current
Turns ratio
Core-I Core-II Core-II
Rated output VA
Accuracy class
Accuracy limit factor
Instrument security factor
Maximum Knee point voltage ,V
Max. secondary resistance Ohm
Exciting current, mA
i) At knee point voltage
ii) at 50% of knee voltage
iii) at 50% of knee voltage( at highest ratio tab)
Rated output at different tap, VA
One minute power frequency withstand voltage, kV(rms) i) Primary winding ii) Secondary winding
Standard impulse withstanding voltage of primary winding kV(peak)
Creepage distance mm
Rated thermal current A
Rated short time current kA
Rated time for above current(sec)
Rated dynamic current kA(peak)
Class of insulation
Rated continuous current temp. rise over ambient degree
Time period for which secondary winding can be left open when rated primary current is flowing in primary winding
Quantity of oil litre
Total weight Kg
Whether PRV provided
Performance Guarantee
CGM(PP&D), APDCL’s Samaguri bid document Page 202
GUARANTEED TECHNICAL PARTICULARS OF 33KV CURRENT TRANSFORMER FOR FEEDER
Name of Bidder
Name & address of Manufacturer
Current Transformer
Standard applicable
Type
Rated voltage kV
Rated frequency Hz
No of cores
Rated primary current
Rated secondary current
Turns ratio
Core Core-I (metering) Core-II(protection)
Rated output VA
Accuracy class
Accuracy limit factor
Instrument security factor
Maximum Knee point voltage ,V
Max. secondary resistance Ohm
Exciting current, mA
i) At knee point voltage
ii) at 50% of knee voltage
iii) at 50% of knee voltage( at highest ratio tab)
Rated output at different tap, VA
One minute power frequency withstand voltage, kV(rms) i) Primary winding ii) Secondary winding
Standard impulse withstanding voltage of primary winding kV(peak)
Creepage distance mm
Rated thermal current A
Rated short time current kA
Rated time for above current(sec)
Rated dynamic current kA(peak)
Class of insulation
Rated continuous current temp. rise over ambient degree
Time period for which secondary winding can be left open when rated primary current is flowing in primary winding
Quantity of oil litre
Total weight Kg
Whether PRV provided
CGM(PP&D), APDCL’s Samaguri bid document Page 203
GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINIUM ALLOY CONDUCTOR (AAAC) (To be filled in by the bidder)
Sl.No. Description Unit Particulars
1.0 Maker’s name & Address
2.0 Conductor size and Code
3.0 IS Standard applicable
4.0 Wire diameter in mm mm
5.0 Diameter of complete conductor in mm mm
6.0 Number of strands Nos.
7.0 Sectional area of alloy Aluminum mm²
8.0 Total sectional area mm²
9.0 Particulars of Raw Materials
9.1 Aluminum
a) Minimum Purity of Aluminum %
9.2 Zinc %
a) Minimum Purity of Zinc
9.3.0 Aluminum Strands after stranding
9.3.1 Diameter
a) Nominal Mm
b) Maximum Mm
c) Minimum Mm
9.3.2 Minimum breaking Load Strand kN
9.3.3 Maximum Resistance of 1 M length Ohm
10.0 Galvanizing
a) Minimum weight of zinc coating per uncoated wire
surface gm/m²
b) Minimum number of one minute dips galvanized
strand can withstand in the test Nos.
c)
Minimum number of twists in a gauge length times
dia of wire which the strand can withstand in the
torsion test (after stranding)
Nos.
11.0 AAAC stranded conductor
11.1 UTS of conductor kN
11.2 Lay ratio of conductor Max
a) 1st layer
b) 2nd
layer
11.3 D.C resistance of conductor at 20°C Ohm/Km
11.4 Standard length of conductor M
11.5 Continuous current rating at 75°C (Enclose supporting calculations)
CGM(PP&D), APDCL’s Samaguri bid document Page 204
11.6 Final modulus of elasticity
11.7 Co-efficient of Linear Expansion
11.8 Strand
a) Standard diameter mm
b) Minimum
c) Maximum
d) Cross-Sectional area of Nominal diameter wire mm²Nos.
e) Weight in Kg/KM
f) Minimum breaking load Before Stranding After stranding
Kg/kN
g) Coefficient of linear expansion
11.9 Joints in strands
a) Aluminum Alloy
b) Method of making joint
c) Ultimate tensile Strength of Joint
12.0 Maximum single length of conductor that can be manufactured if required for single stretch
Meter
13.0 Tolerance of standard length of conductor %
14.0 Direction of lay for outside layer
14.1 Linear mass of the conductor
a) Standard Kg/KM
b) Minimum Kg/KM
c) Maximum Kg/KM
15.0 No. of cold pressure butt welding available at works
16.0 Standard according to which the conductor will be manufactured and tested
a) Certification mark if any
b) Test Certificate enclosed Yes/No
17.0 Initial & Final sag and tension charts furnished
18.0 Stress/Strain data corresponding to different tensions temperatures furnished
19.0 Curves/tables of creep compensation corresponding to different tension temperatures furnished
20.0 PERFORMANCE GUARANTEE
CGM(PP&D), APDCL’s Samaguri bid document Page 205
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR GG..II.. WWIIRREE (To be filled in by the bidder)
A. G.I.Wire (4 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826 – 1968
:
6. Guarantee :
B. G.I.Wire (5 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826 – 1968
:
6. Performance guarantee :
CGM(PP&D), APDCL’s Samaguri bid document Page 206
207 | P a g e
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR CC..II.. PPIIPPEE ((EEAARRTTHH))
(To be filled in by the bidder)
Sl.No. G.I.Wire (4 mm dia) :
1. Length of Pipe :
2. Diameter of Pipe :
3. External Dia of Pipe :
4. Thickness of Pipe :
5. Internal Dia of Socket :
6. Thickness of Socket :
7. Internal Depth of Socket :
8. Internal Radius of Socket :
9. Width of Grooves of Socket :
10. External Dia of Grooves Socket
11. Weight of Pipe :
12. Hydraulic Test :
13. Guarantee :
208 | P a g e
GUARANTEED TECHNICAL PARTICULARS FOR TENSION HARDWARE FITTINGS (To be filled in by the bidder)
A. TENSION HARDWARE FITTINGS
Size of conductor for which the fitting is designed
1. Electrical resistance of dead end assembly Ohms
2. Slip strength of dead end assembly kN
3. Total weight of assembly
a) Single Tension Kg
b) Double Tension Kg
4. UTS of Tension string hardware
a) Single Tension kN
b) Double Tension kN
5. Purity of zinc used for galvanizing %
6. Min. No. of dips in standard Preece test the ferrous parts can withstand
No.
B. MID SPAN COMPRESSION JOINT FOR CONDUCTOR
Size of conductor for which the fitting is designed
1. Suitable for conductor size Mm
2. Material of Aluminum sleeve
a) Aluminum
b) Purity of Aluminum sleeve
3. Outside diameter of sleeve before compression
a) Aluminum mm
b) Steel mm
4. Inside diameter of sleeve before compression
a) Aluminum mm
b) Steel mm
5. Length of sleeve before compression
a) Aluminum mm
b) Steel mm
6. Dimensions of sleeve after compression
a) Aluminum
i) Corner to Corner mm
ii) Face to Face mm
b) Steel
7. Length of sleeve after compression
a) Aluminum mm
b) Steel mm
209 | P a g e
8. Weight of sleeve
a) Aluminum Kg
b) Steel Kg
c) Total Kg
9. Slipping strength kN
10. Conductivity of the compressed unit expressed, as percentage of the conductivity of equivalent length of bare conductor
%
C. REPAIR SLEEVE FOR CONDUCTOR
Size of conductor for which the fitting is designed
1. Suitable for conductor size Mm
2. Material of Sleeve
a) Aluminum/Aluminum Alloy
b) Purity of Aluminum %
3. Inside diameter of sleeve before compression mm
4. Outside dimensions of sleeve
a) Dia before compression mm
b) After compression mm
i) Corner to Corner
ii) Face to Face
5. Length of sleeve
a) Before compression mm
b) After compression mm
6. Weight of sleeve Kg
D. PARTICULARS OF VIBRATION DAMPER FOR CONDUCTOR
Size of conductor for which the fitting is designed
1. Suitable for conductor size mm
2. Total weight of one damper Kg
3. Diameter of each damper mass mm Right Left
4. Length of each damper mass mm
5. Weight of each damper masses Kg
6. Material of damper masses
7. Material of the stranded messenger cable
8. Material for clamp
9. Number of strands in stranded messenger cable
10. Lay ratio of stranded messenger cable
11. Minimum ultimate tensile strength of stranded messenger cable
Kg/mm
12. Slipping strength of stranded messenger kN
210 | P a g e
cable (mass pull off)
a) First frequency Hz
b) Second frequency Hz
14. Designed clamping torque Kg-m
15. Slipping strength of damper clamp
a) Before fatigue test kN
b) After fatigue test kN
16. Magnetic power loss per vibration damper at a conductor Current of 350 Ampere, 50 hz AC-
Watts
17. Percentage Variation in reactance after fatigue test in comparison with that before fatigue
%
18. Percentage Variation in power dissipation after fatigue test in comparison with that before fatigue
%
E. SPAN OF COMPRESSION JOINT FOR GALVANISED STEEL EARTHWIRE
Size of Earthwire for which the fitting is designed
1. Material of joint
a) Type of Material with Chemical composition
b) Hardnes of steel sleeve (Brinnel Hardness)
2. Inside diameter of sleeve before compression
a) Steel Sleeve mm
b) Aluminum Sleeve mm
c) Aluminum Filter Sleeve mm
3. Outside diameter of sleeve
a) Steel Sleeve mm
b) Aluminum Sleeve mm
c) Aluminum Filter Sleeve mm
4. Outside dimensions of sleeve after compression
a) Steel Sleeve mm
b) Corner to Corner mm
c) Surface to Surface mm
5. Length of Steel Sleeve
a) Before compression mm
b) After compression mm
6. Length of Aluminum Sleeve
a) Before compression mm
b) After compression mm
7. Weight of Sleeve
a) Steel mm
211 | P a g e
b) Aluminum mm
c) Filler Aluminum Sleeve mm
8. Slipping Strength
9. Conductivity of the compressed unit expressed as a percentage of the conductivity of equivalent length of bare earthwire
%
F. VIBRATION DAMPER FOR GALVANISED STEEL EARTHWIRE (7/3.15mm)
Size of Earthwire for which the fitting is designed
1. Suitable for earthwire size mm
2. Total weight of one damper Kh
3. Diameter of each damper mass mm
4. Length of each damper mass mm
5. Weight of each damper mass Kg
6. Material of damper mass Kg
7. Material of Clamp
8. Material of Stranded messenger cable
9. Number of Strands in stranded messenger cable
10. Lay ratio stranded messenger cable
11. Minimum ultimate tensile strength of stranded messenger cable
Kg/Sq.mm
12. Slipping strength of stranded messenger cable (mass pull off)
kN
13. Resonance frequencies
a) First frequency Hz
b) Second frequency Hz
G. FLEXIBLE COPPER BOND
1. Stranding
2. Cross Sectional Area Sq.mm
3. Minimum Copper equivalent area Sq.mm
4. Length of Copper Cable mm
5. Material of lugs
6. Bolt Size
a) Diameter mm
b) Length mm
7. Resistance Ohm
8. Total Weight of Flexible Cu bond Kg
H. TENSION CLAMP FOR GALVANIZED STEEL EARTHWIRE
Size of earthwire for which the fitting is designed
1. Material
i) Shackle
212 | P a g e
ii) a) Compression clamp
b) Hardness of the material (BHN) BHN
2. Inside diameter of the clamp before compression
mm
3. Outside dimensions of sleeve before compression
4. Outside dimensions of sleeve
a) Corner to Corner mm
b) Surface to Surface mm
5. Length of Clamp
a) Before Compression mm
b) After Compression mm
6. Weight Kg
7. Slip strength (minimum) kN
8. Compression Pressure T
9. Minimum Breaking Strength of assembly (excluding clamp)
kN
10. Performance guarantee
213 | P a g e
GUARANTEED TECHNICAL ARTICULARS FOR LT SINGLE CORE [1X95 ,1x240 ] SQ.MM. XLPE
INSULATED & PVC SHEATHED HEAVY DUTY ALUMINIUM CONCUCTOR, UNARMOURED POWER CABLE
(To be filled in by the bidder)
Sl.No. Particulars
1 2 3
1. Name & address of manufacturer.
2. Type and make of cable
3. Location of factory.
4. Standard specification to which cable shall conform.
5. Standard specification to which core shall conform.
6. Voltage rating.
7. Permissible variation in voltage, frequency & combined voltage & frequency.
8. Standard specification to which drum shall conform.
9. CONDUCTOR :
9.1 Material and its composition.
9.2 Shape of conductor.
9.3 Total area of conductor.(In Sq. mm)
9.4 Stranding details :- i) No. of nominal strands in a core. ii) Dia of each strand in a core (before stranding) (in mm)
9.5 Maximum D.C Resistance/Core at 20°C (In Ohms/Km.)
10. INSULATION :
10.1 Type of Insulation
10.2 Composition of Insulation
10.3 Nominal thickness of Insulation (in mm).
10.4 Tolerance on thickness of Insulation.
10.5 Dia of core over insulation.
10.6 Minimum volume resistivity at 27°C (Ohm.Cm.)
10.7 Minimum volume resistivity at 70°C (Ohm.Cm.)
10.8 Minimum tensile strength of Insulation material.
10.9 Minimum Elongation percentage
10.10 Average di-electric strength (KV/MM)
10.11 Suitability with regard to Moisture, Ozone, Acid, Oil and Alkaline surroundings.
11.0 SHEATHING DETAILS
11.1 OUTER SHEATH :
i) Material & composition
ii) Type of sheathing by extrusion ST-1
iii) Thickness of sheathing (in mm)
iv) Tolerance on thickness of sheathing.
v) Calculated diameter under the sheath (in mm).
vi) Nominal diameter of cable over outer sheath (in mm)
vii) Whether anti termite treatment has been given in the outer sheath.
12. ELECTRICAL PROPERTIES
12.1 i) Under continuous full load (in DC)
ii) Under transient conditions ( in DC)
12.2 Thermal resistivity of Soil (DC Cm/W)
12.3 Thermal Resistivity of XLPE (DC Cm/W)
12.4 Depth of laying (in Cm.) (To the highest point of cable laid direct in the ground or to the top surface of ducts.
12.5 Current ratings of the cable under basic assumptions :
i) Laid in ground (at ground tamp. 30
ii) Laid in duct ( duct temp.30°C)Amp.
iii) Laid in air (air temp. 40°C) Amp.
12.6 Rating factors under various conditions of installation.
12.7 Capacitive reactance per Km. of cable at 50 C/S (Ohms per
214 | P a g e
Km.)
12.8 Inductive reactance per Km. of Cable at 50 C/S (Ohms per KM)
13.0 MECHANICAL DATA :
13.1 Approx overall dia of cable (mm)
13.2 Minimum bending radius of cable.
13.3 Whether identification marking i.e.
i) Property of APDCL
ii) Name of manufacture
iii) Voltage and grade and size
iv) Year of manufacture is being provided at the regular
intervals of two metres of outer most sheath of cable.
v) Whether length of cable at every interval of 1 meter shall be
printed over outer sheath.
13.4 Name of manufacturers of bought out raw materials.
i) Aluminium
ii) PVC
iii) Galvanised Steel strip/ wire for armouring
iv) Any other.
13.5 a) Whether similar cable has been type tested Yes/No
b) If yes, when and where was it tested.
c) It is expected that you will enclose an electro state copy of
type test report of similar cable. Please inform whether or not
you have entered the same.
d) If yes, how many sheets does it contain. No. of sheets.
e) Only a design better than or equal to what type tested and
proven shall be accepted, please inform whether you will abide
by this condition. Yes/No
13.6 Whether wood preservative shall be applied to whole drum?
13.7 Whether all ferrous parts shall be treated with rust preventive
finish or coating ?
13.8 Whether waterproof paper layer shall be applied to the surface
of drum & over the outer cable layer.
13.9 Reference of license to use-ISI certification mark, if any.
13.10 Do you agree to all the provisions of technical specification. In
case of any deviation, state clearly.
215 | P a g e
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONNSS FFOORR 3333 kkVV && 1111 KKVV DDRROOPP OOUUTT FFUUSSEE
(To be filled in by the bidder)
1. Standard applicable 33 KV DO fuse set 11 KV DO fuse ser
2. Type
3. Rated Voltage (KV) 400A
4. Rated normal current Amp 150A
5. Rated frequency Hz
6. Rated lightning impulse i) To earth and between poles ii) Across the pole distance
7. Power frequency one minute withstand voltage i) To earth and between pole ii) Across the pole distance
8. Rated short time current
9. Rated breaking current
10. Creepage distance
11. Rated line charging breaking current (A)
12. Total weight
13. Performance guarantee
216 | P a g e
GAURANTEED TECHNLCAL PARTICULARS OF COMPOSIT POLYMERIC INSULATOR (STRING/ DISC ) FOR 11 KV , 45 KN ( T & C ) TYPE AND 33KV ,70KN (B&S ) type
(To be filled in by the bidder)
Sl. No Description Unit 11KV , 45 KN , T& C
type 33KV 70KN, B&S
type
1. Type of Insulator
2. Standard according to which the Insulator manufacture and tested
3. Name of material used in manufacture Of the insulator with class/grade
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
(b) Material of housing &Weather sheds Silicon content by weight
(c) ( material of end fitting )
(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage
KV(rms )
(d) Wet power frequency withstand voltage
KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak)
KV(peak)
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak)
KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt
(j) Creepage distance (mm) Mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod Mm
(iii) Length of FRP rod Mm
(iv) Die. Of Weather sheds Mm
(v) Thickness of housing Mm
(vi) Dry arc distance Mm
Dimension drawing of insulator including weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to give
217 | P a g e
GAURANTEED TECHNLCAL PARTICULARS OF COMPOSIT POLYMERIC PIN INSULATOR
(To be Filled in by the bidder)
Sl. No Description Unit 11KV , 5 KN , Pin insulator
33KV 10KN Pin Insulator
1. Type of Insulator
2. Standard according to which the Insulator manufacture and tested
3. Name of material used in manufacture Of the insulator with class/grade
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
(b) Material of housing &Weather sheds Silicon content by weight
(c) ( material of end fitting )
(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage
KV(rms )
(d) Wet power frequency withstand voltage
KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to give
218 | P a g e
GAURANTEED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , AND 33KV POST INSULATOR
(To be Filled in by the bidder)
Sl. No
Description Unit 11KV, POST INSULATOR 33 KV, POST INSULATOR
1. Type of Insulator Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up to date amendments
3. Name of material used in manufacture Of the insulator with class/grade
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
(b) Material of housing &Weather sheds Silicon content by weight
(c) ( material of end fitting )
(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage KV(rms )
(d) Wet power frequency withstand voltage KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to give
219 | P a g e
GAURANTEED TECHNLCAL PARTICULARS OF BATTERY BANK
(To be Filled in by the bidder)
1. Battery Rating
2. Type of battery
3. Battery specification
4. Manufacturers cell designation
5. No of Cells
6. Cycle life of Battery @ 27⁰ C
7. All efficiency
8. WH Efficiency
9. Self discharge/ Week
10. Max, allowable ambient temp at which cell can safely operate
11. Overall dimension of each cell
12. Overall weight of each cell
13. Recommended Max period of storage
14. Material of container
15. Type of separator
16. Type of +ve & -ve plates
17. Material of rack
18. Method of connection between cells
19. Recommended float charge
20. Recommended boost charge
21. Time required for boost charge from fully discharged condition at 27⁰ C
22. Voltage ripple allowable
23. Type of connectors
220 | P a g e
GAURANTEED TECHNLCAL PARICULARS of ACDB
(To be Filled in by the bidder)
1. Manufacturers Name & Co
2 Bus Bars
a) Make
b) Continuous Current rating in Amps
c) Material
d) Current Density
3 Incoming Switch Fuse Unit
a) Make
b) Type
c) Rated Voltage
d) Continuous Current carrying Capacity in Amps
4 Indication Lamps
a) Make
b) Type
c) Voltage
5 Fuse
a) Make
b) Type
c) Rupturing Capacity
6 Switch (triple/double pole)
a) Make
b) Type
c) Rated Continuous Current carrying Capacity in Amps
7 Current Transformer
a) Make
b) Type
c) Ratio
d) VA burden rating
e) Accuracy class
f) Type of Insulation
g) Security factor
8 AC Meters/ Energy Meters (Details for Ammeters Voltmeters, Energy Meters shall be furnished separately)
a) Make
b) Type
c) Range
d) Accuracy
9 Internal Wiring
a) Make
b) Type
c) Voltage Grade
d) Size
e) Material used
10 Cable Glands
a) Make
b) Type
c) Size
d) Material used
11 Terminal Block
a) Make
b) Type
d) Material used
12 Switch Board
a) Overall Dimension
b) Thickness of Steel metal
c) Finish
d) Approximate Weight
221 | P a g e
GAURANTEED TECHNLCAL PARICULARS of DCDB
(To be Filled in by the bidder) 1. Manufacturers Name & Co
2. Bus Bars
a) Continuous Current rating in Amps
b) Material
c) Current Density
3. DC Double incoming MCCB
a) Make
b) Continuous Current Rating
c) Making Capacity
d) Rupturing Capacity
4. DC Double Pole switch Fuse Unit for outgoing
feeders
a) Make
b) Continuous Current Rating
c) Making Capacity
d) Rupturing Capacity
5. DC Voltmeter
a) Make
b) Type
c) Range
d) Accuracy
6. Switch Board
a) Overall Dimension
b) Thickness of Steel metal
c) Finish
d) Approximate Weight
7. Fuse
a) Make
b) Type
c) Rupturing Capacity
8. Indication Lamps
a) Make
b) Type
c) Voltage
9. Internal Wiring
a) Make
b) Type
c) Voltage Grade
10. Other Features
a) Mains fail Alarm Relay with DC Bell
b) Earth fault alarm relay with DC Bell
c) AC-DC Changeover contacts for emergency
lighting
222 | P a g e
GUARANTEED TECHNICAL PARTICULARS FOR 33/11 KV SURGE ARRESTORS (To be filled in by the bidder)
Sl. No. Description Particulars
1 Name & Address of Supplier & Manufacturer
Surge Arrestor
Line Disconnector
Metal Oxide Block
Terminal Clamp
2 Name & address of collaborator, if an
3 Standard to which surge arrestors conforms
4.0 Surge Arrestor
4.1 Voltage rating (KV rms)
4.2 Continuous Operating Voltage (KV rms)
a) Continuous Operating Voltage (KV rms)
b) Leakage current at continuous operation voltage
c) Permitted leakage current of arrestor beyond which arrestor is faulty.
5 Frequency (Hz.)
6 Nominal discharge current (wave shape – 8/20 micro second) (KA)
7 Pressure relief rated current (KA rms)
8. Steep current protection level at 10 KA
a) Lightning impulse protection level with 40 X 80 mico-sec. Wave at 500/1000 A
9 Long duration current impulse withstand capacity and virtual duration
10 Line discharge class
11 Thermal runway limit arrestor
12 Energy capability (kj/KV)
13 Pressure relief rating
14 Dry arcing distance
15 Reference current and reference voltage
16 Arrestor Housing
16.1 Power frequency one minute wet withstand voltage (kV rms)
16.2 Lightning impulse dry withstand voltage (kVP)
16.3 Creepage distance
a) Protected
b) Total
16.4 Short Circuit withstand capacity
16.5 Bending moment (mm)
17 Dis-connector
a) Constructional Details
b) Other information as applicable to surge arrestor
18 Surge Monitor
a) Constructional Details
b) Degree of protection
19 Suitable for hot line washing
20 Dimension and Weight
21
G.A Drawing indicating height of complete unit from base to line, minimum recommended center to center spacing, clearance from ground equipment at various height of Arrestor, earthing arrestor, earthing arrangement on earthed side of arrestor etc.
22 Details of Packing
23 License number and date for using ISI certification mark if any
24 Ammeter for discharge current
a) Type & Make
b) Accuracy
c) Range (mA)
25 Residual voltage
26 Follow Current
27 PERFORMANCE GUARANTEE
223 | P a g e
GUARANTEED TECHNICAL AND OTHER PARTICULARS FOR STEEL TUBULAR POLE [12M=Sp-60 (208 kg), SP-66(322 kg), 14.5M=Sp-76 (380kg)]
(TO BE FILLED IN BY THE BIDDER)
:-SL. NO.
DESCRIPTION UNIT SP-76
SP-66
SP-60
SP-30
Name of the bidder
1 Name of Manufacturer
2 Place of manufacture
3 Country in origin
4 IS Standards Application
5 Type of Pole
6 Total length M
7 Out side diameter and thickness of section
a Bottom mm
b Middle mm
c Top mm
8 Minimum Guaranteed weight of pole ( without base plate )
9 Effective length of Section
a Bottom
b Middle
c Top
9 Minimum Guaranteed weight of Base plate
10 Breaking load
11 Crippling load
12 Galvanization—gm/sqm
PERFORMANCE GAURANTEE
224 | P a g e
GUARANTED TECHNICAL PARTICULARS OF 33 KV COMPOSITE POLYMER PIN INSULATORS
S.N Description 33 kv, 10
kn
1 Name of Manufacturer
2 Address:
(a) Registered Office
(b) Factory
3 Type of Insulators
4 Standard specification to which the insulators manufactured and tested
5 Name of Material used in manufacture of the Insulator ( With class/ Grade)
(a) Material of core rod
(b) Material of Housing & Weather sheds (silicon content by weight)
(c) Material of end fittings : tongue/ clevis
(d) Sealing compound for end fitting
6 Colour Glaze of Insulator
7 Electrical Characteristics:
(a) Nominal System Voltage ( kV RMS)
(b) Highest System voltage (kV RMS)
(c) Dry power frequency withstand (kV RMS)
(d) Wet power frequency withstand (kV RMS)
(e) Dry flash over voltage (kV RMS)
(f) Wet flash over voltage (kV RMS)
(g) Dry lightening impulse withstand voltage
(a) Positive (kV Peak)
(b) Negative (kV Peak)
(h) Dry lightening impulse flashover voltage
(a) Positive (kV Peak)
(b) Negative (kV Peak)
(i) RIV at 1MHz when energised at 10kV/30kV(rms) under dry condition(microvolt)
(j) Creepage distance (min) mm
8 Mechanical Characteristics:
Minimum failing load(KN)
9 dimensions of insulator:
(i) Weight(kg)
(ii) dia of FRP rod(mm)
(iii) Length of ERP rod(MM)
(iv) dia of weather sheds (mm)
(v) Thickness of housing (mm)
(vi) Dry arc distance(mm)
10 Dimensioned drawings of Insulator(inclluding weight with tolerances in weight) enclosed
11 Method of fixing of sheds to housing specify):- Single mould or modular construction( injection moulding/ compression moulding)
12 No. of weather sheds
13 Type of sheds
(i) Aerodynamic
(ii) With under ribs
14 Packing details
(a) Type of packing
(b) No. of Insulators in each pack
(c) Gross weight of package
225 | P a g e
GUARANTEED TECHNICAL PARTICULARS OF 11 kV VACUUM CIRCUIT BREAKER (To be filled by bidder)
1. Name of the Manufacturer
2. Country of Origin
3. Manufacture’s type and Designation
4. Number of poles
5. Rated Voltage (KV)
6. Standards Applicable
7. Normal Current Rating
a)IEC conditions
b)Site conditions
8. Frequency in cycles per second
9. Making capacity in peak kilo-amperes
10. Breaking capacity
a) Symmetrical in KA
b) A-Symmetrical in KA
11. Three second short time current rating
12. Total Break time in milli second
a) At 10% rated interrupting capacity
b) At 30% rated interrupting capacity
c) At 60% rated interrupting capacity
d) At 100% rated interrupting capacity
13. Maximum temperature rise above ambient
a) Live parts (Degree C)
b) Enclosure (Degree C)
14 Whether suitable for three phase auto reclosing
15. Breaker
a) Opening time in milli – seconds with no current
b) Opening time in Milli-seconds at rated breaking current
c) Arcing time in milli-seconds
d) Time in milli-seconds from Arc Extinction to contact fully open
e) Dead time in mill-seconds for three phase reclosing
f) Time in milli-second
j) From circuit energized to contacts make
ii) From contacts make to contacts fully closed
16. 1.2/50 microsecond lightening impulsive with stand voltage to earth (in KV peak)
17. One minute power frequency dry. Withstand voltage to earth (in KV rms)
18. One minute power frequency wet withstand voltage to earth (in KV rms)
19. First pole to clear factor
20. Out of phase switching capability of the breaker
21. Rated out of phase breaking current
22. Switchgear component load requirement
a) Circuit breaker
i) Spring charging motor
ii) Close coils
iii) Open coils
iv) Heaters
b) Control cubicle
i) Relays
ii) Heaters
iii) Indications
c) Other requirements
23. Maximum line charging current that the breaker can
226 | P a g e
interrupt (in Amperes)
24. Maximum over voltage developed while breaking line charging current
a) Supply slide (KV)
b) Line side (KV)
25. Maximum shunt capacitor bank switching capacity of breaker (single bank MVA)
26. Maximum cable charging current breaking capacity (in Amps) and corresponding over voltage (in KV)
a) Supply side
b) Line side
27. Short line fault current breaking capacity (KV)
28. Maximum over voltage developed while breaking magnetizing current of transformer (KV)
29. Rated operating duty cycle
30. Minimum clearance in air
a) Between poles (mm)
b) Between live part (mm) to earth
c) Between live part to ground level (mm)
31. Creepage distance
a) To ground (mm)
b) Between terminals (mm)
32. Protected creepage distance (mm)
33. Number for breaks in series per pole
34. Type of main contacts
35. Type of arcing contacts
36. a) contact silver plated or not
b) Thickness of silver plating
c) Contact pressure
d) Electric contract resistance at 20 degree C (ohm)
37. Type of device, if any used to limit rate of rise of restriking voltage
38. Number and type of spare auxiliary switches provided
a) Normally closed
b) Normally open
39. Rated voltage of auxiliary contacts
40. Material of auxiliary contact
41. Current carrying capacity of auxiliary contacts
42. Type and make of vacuum interrupter
43. Dynamic load to be transferred to foundation
a) Co-Operation (Compressive)
b) Co-operation (Tensile)
44. Guaranteed number of operations
a) With no load current
b) With full fault current
c)Those adjustable with respect to position of main contact
45. Over all dimensions
i) Height (mm)
ii) Width (mm)
iii) Length (mm)
46. Weight of complete circuit breaker for foundation design
47. Seismic level for which the breaker is designed
a) Horizontal acceleration
b) Vertical acceleration
48. Height of supporting structure
49. Material of supporting structure
50. Noise level of circuit breaker at 5 meters distance
51. Whether the circuit breaker is fixed trip or trip-free
52. Short circuit type test report
227 | P a g e
53. Porcelain bushings
i) Type
ii) Dry flashover voltage
iii) Wet flashover voltage
iv) Dry 60-S withstand test voltage
v) Wet 80-S withstand test voltage
vi) Under-oil flashover or puncture withstand test voltage (power frequency)
vii) Full wave impulse withstand test voltage
viii) Creepage distance in air (total) mm
ix) Protected creepage distance (mm)
x) Whether the bushing is suitable for outdoor installation and extreme humid conditions
xi) Weight of the assembled bushing (Kg)
xii) Whether terminal connection for all bushing included in scope of supply
xiii) Test (routine/type) to be conducted on the bushing
xiv) Bushing, clearance in (mm)
a) Between phases
b) Between phase to ground
xv) Performance guarantee
228 | P a g e
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL AANNDD OOTTHHEERR PPAARRTTIICCUULLAARRSS FFOORR 1111//00..44KKVV DDIISSTTRRIIBBUUTTIIOONN TTRRAANNSSFFOORRMMEERR
Sl. No Description
1. 1 Name of the Manufacturer
2. 2 Installation [indoor/outdoor]
3. 3 Reference standards
4. 4 Continuous Ratings a) Type of cooling b) Rating [KVA] c Rated voltage i HV [KV rms.] ii LV [KV-rms.] d Highest system voltage i HV [KV rms.] ii LV [KV-rms.] e Rated frequency with ±% variation f Number of phases g Current at rated full load i HV [Amps] ii LV [Amps]
5. 5 Connections
HV
LV
6. 6 Connection symbol and vector group
7. 7
Temperature rise
A Temperature rise of oil above reference peak ambient temperature
B Temperature rise of winding above reference peak ambient temperature
C Temperature gradients between windings & oil.
D Limit of Hot spot temperature for which the Transformer is designed [°C]
8. 8 I No load loss at rated voltage and frequency [WATT]
9. 9 Load loss at rated output, rated frequency, corrected for 75 °C winding temperature at:- [Copper loss] (WATT)
10. 10 Total losses
11. Maximum losses at 100% loading at 750C
12. Maximum losses at 50% loading at 750C
13. 1
1
Positive sequence impedance on rated KVA base at rated current and frequency at 75°Centigrade winding temperature. (%)
14. 1
2 % reactance at rated KVA base at rated current and rated frequency (%)
15. 1
3 % resistance at rated KVA base at rated current and rated frequency [%]
16. 1
4 % Impedance at rated KVA base at rated current and rated frequency [%]
17. 1
5 A
Polarisation index i.e. ratio of Megger values at 600 secs to 60 secs, (H.V. to E, L.V. to E, & H.V.to L.V.). Measurement by 1.0 kV motorised megger.
In Between
PI
H.V - E
L.V. - E
H.V – L.V.
B
Insulation Resistance in MΩ (At temp ……….0C)
HV – E :
LV – E :
229 | P a g e
Sl. No Description
HV – LV :
18. C
Regulation at full load and 75°C winding temperature expressed as a percentage of normal voltage [%]
19. 1
6 Efficiency at 75°C winding temperature as derived from guaranteed loss figures and at
Unity power factor
0.8 Power factor
a At full load [%]
b At ¾ load [%]
c At ½ load [%]
20. 1
7
i Maximum efficiency [%]
ii Load at which maximum efficiency occurs[% of full load]
21. 1
8
Short time thermal rating of
i HV winding in KA and duration in seconds
ii LV winding in KA and duration in seconds
22. 1
9
Permissible over loading:-
a HV winding
b LV winding
23. 2
0
Terminal arrangement
a High voltage [HV]
b Low voltage (LV)
c Neutral
24. Insulating and cooling medium
25. 2
2 Test voltage HV LV
i Lightning impulse withstand test voltage [KVP]
ii Power frequency withstand test voltage [dry and wet][for 1 minute] [KV-rms.]
26. 2
3 External short circuit withstand capacity [MVA] and duration [seconds]
27. Over-fluxing withstand capability of the Transformer
28. 2
5
DETAILS OF CORE
a Type of core construction
b Type of corner joints of the core
c Maximum flux density at
i Rated voltage [11/0.4 KV] & rated frequency 50 Hz][in Tesla]
d No load current, no load loss and no load power factor at normal ratio and frequency [Amp/KW/p.f.]
No load current
No Load Loss
No Load PF
i 10 percent of rated voltage
ii 25 percent of rated voltage
iii 50 percent of rated voltage
iv 85 percent of rated voltage
v 100 percent of rated voltage
vi 105 percent of rated voltage
vii 110 percent of rated voltage
viii 112.5 percent of rated voltage
ix 115 percent of rated voltage
x 120 percent of rated voltage
xi 121 percent of rated voltage
xii 125 percent of rated voltage
e Core laminations:-
i Material of core lamination [M4/HIB/AM]
ii Grade of core laminations
iii Thickness of core lamination [mm]
230 | P a g e
Sl. No Description
iv Specific loss [watt/Kg.] at rated voltage and rated frequency
v Specific loss [watt/Kg.] at highest system voltage and lowest system frequency
vi Whether specific core loss graph [flux density vs. watt/Kg. submitted
vii VA/Kg at rated voltage and rated frequency
viii VA/Kg. at highest system voltage and lowest system frequency
ix Whether VA/Kg. Vs. flux density graph Submitted
x Insulation of core laminations f CORE ASSEMBLY:- i Core diameter [mm] ii Core window height [mm] iii Core leg centre [mm] iv Gross core cross-sectional area [cm²]
v Whether details of core widths, stacks and calculation furnished as per enclosed annexure
vi Distance between centers [mm] vii Total height of core [mm]
viii
1) Details of core Clamping with nos. of core stud.
2) Material, grade & type
3) Width
4) Thickness
5) Fixing method ix Details of top end frame x Details of Bottom end frame xi Details of clamp plate [Material, thickness,
Insulation]
xii Total core weight [kg] xiii Core loss basing on core loss graph at
operating flux density [rated voltage and rated frequency] [kw]
xiv Core stacking factor xv Net core area Sq. cm. g Describe location/method of core grounding h Details of oil ducts in core if any i Peak value of magnetizing Inrush current (% of
HV rated current).
29. 2
6
DETAILS OF WINDINGS. HV LV a Type of winding b Material of the winding conductor c Maximum current density of windings [at rated
current] and conductor area Conductor area [cm²]
Current density [A/cm²]
i HV ii L.V. d Whether HV windings are crossover/ Sectional e Whether windings are pre-shrunk? f Whether adjustable coil clamps are provided for
H.V. and L.V. windings?
g Whether steel rings or perma wood are used for the windings? If steel rings used, whether these are split?
h Winding Insulation. Type & class
i H.V.
ii LV Winding i Insulating material used for i H.V.
231 | P a g e
Sl. No Description ii L.V Winding j Insulating material used between i H.V. and L.V. winding ii Core and L.V winding iii H.V. winding and core iv H.V. to H.V. winding [between phases] V Inter coil spacers between HV sections (mm) Vi Type of block between HV sections Vii Oil duct between
LV to cylinder (mm) :
Cylinder to HV (mm) : k Type of axial coil supports i H.V. winding ii LV winding l Type of radial coil supports i H.V. winding ii LV winding
m Maximum allowable torque on coil clamping HV & LV bolts
n Bare conductor size (mm).
HV :
LV :
o Insulated conductor size (mm).
HV :
LV :
p Number of coil per phase
HV :
LV :
q No. of conductors in parallel (Nos.).
HV :
LV :
r No. of turns/phase
HV coil :
LV coil :
s Inside diameter (mm).
HV coil :
LV coil :
t Outside diameter (mm).
HV coil :
LV coil :
u Axial height after shrinkage (mm).
HV coil :
LV coil :
v D.C.RESISTANCE
i L.V winding at 75 ° C (Ohms).
ii HV winding at 75° C (Ohms).
iii Total I²R losses at 75 ° C. (KW).
iv Stray losses including eddy current losses in winding at 75°C (KW).
v Any special measures taken to reduce eddy current losses and stray losses, mention in details
vi Load losses at 75°C [I²R + stray].[Watt]
w Details of special arrangement provided to improve surge voltage distribution in the windings
30. BUSHINGS. HV LV Neutral
a Make and type
i Rated voltage class [KV-rms.]
ii Rated current [Amps.]
b Lightning Impulse withstand test voltage [1.2/50 micro second][KVP]
c Power frequency withstand test voltage
i Wet for 1 minute [KV-rms]
ii Dry for 1 minute [KV-rms]
d Minimum creepage distance in mm
e Weight of assembled bushing [Kg.]
232 | P a g e
Sl. No Description
f Minimum clearance height for removal of bushing [mm]
g Under oil flashover or puncture impulse voltage [KVP]
h Under oil flashover or puncture power frequency voltage (KV-rms).
i Phase to earth clearance in air of live parts at the top of bushings
31. 2
8 Minimum clearance [mm]
In Oil Out of Oil
Between
windings
Phase to
Ground
Between windings
Phase to
Ground
HV
LV
a Radial clearance between LV and HV (mm)
b Radial clearance between core to LV (mm)
c End clearance of HV coil to yoke (mm)
d End clearance of LV coil to yoke (mm)
e Gap between yoke to bottom of tank (mm)
32. 2
9
Weight [Tolerance + 5%] [Approximate value is not allowed]
a Core [Kg.]
b Core with clamping [Kg.]
c H.V. winding insulated conductor [Kg.]
d L.V.winding insulated conductor [Kg.]
e Coils with insulation [Kg.]
f Core and winding [Kg]
g Oil required for first filling [Liter/Kg.]
h Tank and fittings with accessories [Kg.]
i Untanking weight [Kg.]
j Total weight with oil and fittings [kg.]
33. 3
0 DETAILS OF TANK
a Material for Transformer tank
b Type of tank
c Thickness of sheet [No approximate value to be mentioned]
i Sides [mm]
ii Bottom [mm]
iii Cover [mm]
iv Radiators [mm]
d Inside dimensions of main tank [No approximation in dimensions to be used]
i Length [mm]
ii Breadth [mm]
iii Height [mm]
e Outside dimensions of main tank [No approximation in dimensions to be used]
i Length [mm]
ii Breadth [mm]
iii Height [mm]
f Thickness of spray galvanisation of tank bottom.
g Vacuum recommended for hot oil circulation [torr]
h Vacuum to be maintained during oil filling in Transformer tank [torr]
i Vacuum to which the tank can be subjected without distortion [torr]
l Type and make of pressure relief device and minimum pressure at which it operates [Kpa]
233 | P a g e
Sl. No Description
34. 3
1
CONSERVATOR
a Total volume [Liters]
b Volume between the highest and lowest visible oil levels [Litres]
35. 3
2
OIL QUALITY
a Governing standard
b Density in gms/cu-cm
c Kinematics viscosity in CST
d Inter facial tension at 27°C in N/m
e Flash point in °C
f Pour point in °C
g Acidity [neutralization value] in mg of KOH/gm
h Corrosive sulfur in %
i Electric strength [breakdown voltage]
i As received [KV-rms.]
ii After treatment [KV-rms.]
j Dielectric dissipation factor [tan delta] at 90°C
k Saponification value in mg of KOH/gm
l Water content in ppm
m Specific resistance
i At 90°C [ohm-cm]
ii At 27 °C [ohm-cm]
o Oxidation stability
i Neutralization value after oxidation
ii Total sludge after oxidation
p Characteristic of oil after ageing test as per ASTMD-1934
i Specific resistance at
27°C [ohm-cms]
90°C [ohm-cms]
ii Tan delta
iii Sludge content
iv Neutralization number
v Details of oil preserving equipment offered
36. 3
3
RADIATORS
a Overall dimensions lxbxh [mm]
b Total weight with oil [Kg.]
c Total weight without oil [Kg.]
d Thickness of radiator tube [mm]
e Types of mounting
f Vacuum withstand capability
g Total radiating surface in sq.m
h Type and make of material used for the radiators
i Total number of radiators/Banks for Transformer and dimensions of tubes
j Thickness of hot dip galvanization of radiators
37. 4 APPROXIMATE OVERALL DIMENSIONS OF TRANSFORMER
Length [mm]
Breadth [mm]
Height [mm]
38. 7 Transformers will be transported with oil.
39. 3
8
Types of terminal connectors and drawing No
a HV
b LV
40. 9 Details of painting, galvanization conforms to this Specification [Yes/No]
41. No. of breathers provided [Nos.]
42. 41 Type of dehydrating agent and quantity used for breathers
234 | P a g e
Sl. No Description
43. 2 Valve sizes and numbers
a Filter valves- mm-Nos
b Sampling valves- mm-Nos
44. 4 a Type and make of PRV
b No. of each type of devices per transformer
c Min. pressure at which device operates
45. 4 Please enclose the list of accessories and fittings, being provided on transformer. Please confirm, these are as stipulated in the tender
46. 5 Whether the transformer, covered is fully type tested and if so, whether copies of type test certificates, enclosed with the tender
47. 8 What are the arrangements, available for jointing the winding. Preference shall be given to the tenderer using high-frequency brazing machines. In case other jointing techniques are used, adequacy of the same is to be recorded. Please note that bolted joints in the winding are not acceptable. This should be confirmed here
48. 4
9
Please confirm that you will guarantee maximum Impedance variation between phases within the limit of 2% only
49. 5
0
a Please confirm that the transformer shall be dried by vapour/ vacuum-phase drying method. Please specify level of dryness
b In case, other methods of drying are used, the level of dryness, so achieved should be identical to that by V/VPD. Adequacy of such system should be justified
50. 5
1
Whether the manufacturer has got In-House core-cutting facility for cutting core materials for the transformer ratings as tendered
51. 5
2
In case SL.50 is not confirmed, whether the manufacturers agreed to follow the procedures, as stipulated at clause Error! Reference source not found. of this technical specification
ANNEXURE – I MAXIMUM FLUX DENSITY AND CORE WEIGHT CALCULATION
Step No Width of steps [mm] Stack Thickness
[mm] Gross Iron Area
[mm²]
1
2
3
4
5
6
7
8
9
10
----
----
----
235 | P a g e
----
----
Bmax = E/(4.44 x f x Ai x N) Where E = L.V. winding phase voltage / phase
f = Rated frequency = 50 HZ. Bmax. = Maximum flux density in Tesla. Ai = Net iron area in sq.m = Gross iron area x stacking factor in sq.m N = Number of L.V.winding, turns/phase Stacking Factor = 0.97 maximum
Core weight calculation:-
Core dia [in mm] = Window height [in mm] = Limb center [in mm] = Weight of core = [3 x window height + 4 x limb centre + 2 x max. width] x Net iron area x Density of core
NB: - 1 Specific loss vs. flux density graph for the type of core lamination to be used has to be furnished.
2. VA/Kg. Vs flux density graph for the core lamination to be used has to be furnished. 3. Any other factor assumed for above calculation to be explained with reasons.
N.B.:- The bidder may use its own method of calculation towards determination of maximum flux density and weight of the core. But the same shall be supported with proper explanation and justification.
Place: Date: Signature of Manufacturer
with seal of Company.
236 | P a g e
SECTION- 8
Single Line &
Drawing for
Samaguri SS
237 | P a g e